Re- invitation for Pre-qualification to Tender for the Following Projects at Federal Capital Development Authority

 

Federal Capital Development Authority

Abuja, Nigeria

 

Re- invitation for Pre-qualification to Tender for the Following Projects

 

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.

 

2.       Description of Works:

 

Lot 1:          Provision of Engineering Infrastructure to Plot 4075, Asokoro Extension (Comprising 50 Plots)

 

Lot 2:          Provision of Engineering Infrastructure to Plots 1922 – 1929 Off Udi Hills Street, Maitama District, Abuja.

 

Lot 3:          Construction of 370M3 Cesspool And 400mm Diameter Concrete Pipe to Convey Waste Water from Garki Village area and Garki Police.

 

3.       Scope of Work:

3.1 The scope of work for Lots 1 -2 includes:

(i)      Site clearance and earthworks

(ii)     Road works (Sub-base & Stone base course, kerbstone, Asphaltic binder & wearing course)

(iii)    Storm water drainage system

(iv)    Foul Sewer Net work

(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 lines involving primary and secondary lines

(xi)    Telecommunication ducts

 

3.2 The scope of work for Lot 3 includes:

(i)      Site Clearance

(ii)     Construction of 370m3 Cesspool

(iii)    Provision and lying of 1550m of diameter 400 mm concrete pipes.

(iv)    Excavation, Removal and disposal of effluent sludge at the bed of a stream and disposal to a distance not less than 2.0km.

(v)     Flushing of the channel and the stream course.

 

4.        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 returns 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 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.

(i v)   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)      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

(i)      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 required for Lots 1-2 are as listed below:

 

(i)                Two (2) Nos. Bulldozer

(ii)             Two (2) Nos. Scrappers

(iii)           Two (2) Nos. Graders

(iv)     Two (2) Nos. Excavators

(v)             Five (5) Nos. Pay Loaders

(vi)           One (l) No. Asphalt Pavers

(vii)        One (1) No. Concrete Batching Plant

(viii)      Five (5) Nos. Water Tankers

(ix)           One (l) Nos. Diesel Tankers

(x)             Two (2) Nos. Mobile Concrete Mixers

(xi)           Five (5) Nos. Various Compactors

(xii)        One (1) No. Concrete Pumping Machines

(xiii)      Two (2) Nos. of Cranes

(xiv)      Ten (10) Nos. 20-30 ton tippers

(xv)        Two (2) Nos. Dumpers

(xvi)      Two (2) Nos. Cable Drum Jacks

(xvii)   One (1) No. Crane Mounted Bucket Lifts

(xviii) Ono (1) No. Cable Crimping Machines

While the minimum numbers of equipment/facilities required for Lot 3 are as follows:

  1. Two (2) Excavators
  2. Two (2) Pay Loaders
  3. Two (2) Water tankers
  4. Two (2) Mobile Concrete Mixers
  5. Five (5) 20-30 ton tippers
  6. Two (2) Crane Mounted Bucket Lifts
  7. An evidence of ability to carry out material

 

m.      A functional and well equipped material testing laboratory or evidence of ability to carry out material testing.

n.       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.

o.       Company’s policy on Community Social Responsibility with verifiable evidence

p.      Only Companies with a minimum of N2 billion (Two Billion Naira) annual turn­over in the last three years should apply for prequalification.

 

Notes:

Item 4a-4g 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.

 

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:

(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.

(iv)           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.

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

 

Signed:

Director, Procurement

For: Executive Secretary

 

 

 

 

 

Re- invitation for Pre-qualification to Tender for the Following Projects at Federal Capital Development Authority

Federal Capital Development Authority

Abuja, Nigeria

 

Re- invitation for Pre-qualification to Tender for the Following Projects

 

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.

 

2.       Description of Works:

 

Provision of Engineering Infrastructure to newly Created Plots in   Minister’s Hill Maitama District, Abuja.

 

3        Scope of Work:

3.1     The scope of work is as follows:

(i)      Site Clearance and Earthworks

(ii)     Storm water drainage

(iii)    Sand Traps

(iv)    Foul water drainage

(v)     Asphaltic Road works

(vi)    Water supply to the newly created plots

(vii)   Culverts

(viii)  Retaining Walls

(ix)    Power Supply and Street Lighting

(x)     Telecommunication duct

 

4         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 (TlN)

(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. Two (2) Nos. Graders
  2. Two (2) Nos. Excavators
  3. Two (2) Nos. Pay Loaders
  4. One (1) No Concrete Batching Plant
  5. Five (5) Nos. Water Tankers
  6. One (1) Nos. Diesel Tankers
  7. Two (2) Nos. Mobile Concrete Mixers
  8. Two (2) Nos. Concrete Vibrators
  9. One (1) No. Concrete Pumping Machines
  10. Two (2) Nos. of Cranes
  11. Five (5) Nos. 20-30 ton tippers
  12. Two (2) Nos. Dumpers
  13. A functional and well equipped materials testing Laboratory of evidence of ability to carry out material testing
  14. List of key technical personnel stating their roles, designation, qualification and years of experience with the guarantee that a minimum of five (5) relevant COR EN Registered Engineers of various disciplines shall be deployed to the project. Copies of educational and professional certificates are to be attached.

 

 

 

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

(p)          Companies with a minimum of N2 billion (two Billion Naira) annual turn-over in the last three years should apply.

 

Notes:

Item 4a-4g 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 Financial Bid.

 

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 for the Provision of Engineering Infrastructure to Newly Created Plots In Minister’s Hill Maitama District. 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 Friday 4th 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.       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. 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. Documents provided in response to4.1 (a-p) should be arranged as LISTED.

 

Signed:

Director, Procurement

For: Executive Secretary

Invitation for Pre-Qualification / Tender for the Following Projects at Federal Capital Development Authority Abuja

Federal Capital Development Authority Abuja, Nigeria

 

Invitation for Pre-Qualification / Tender for the Following Projects

 

This is an invitation to all competent and reputable Construction Companies with interest in executing the Renovation/Rehabilitation of FCTA/FCDA Secretariat at Area 11. Garki, Abuja to submit their pre-qualification bids in line with the new requirements recently approval by BPP.

 

2.       Description of Works:

Lot I:           Renovation/Rehabilitation of FCTA/FCDA Block (Block C-Planning/Former Engineering Block).

Lot II:         Renovation /Rehabilitation of FCTA/FCDA Block (Block D- Education Secretariat Block).

 

3.       Scope of Works:

 

3.1     The Scope of Works is as follows:

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

 

4.       Collection of Bid Documents

Interested Companies are to collect lender 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 N100,000.00 (One Hundred Thousand Naira only) for each LOT in favour of Federal Capital Development Authority at Aso Savings and Loans Plc.

 

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 & C07 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 Act: i.e. Remittance of 1 % of the total emolument of your workers to the

Nigerian Social Insurance Trust Fund (NSITF).

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

(h)               List and verifiable documentary evidences of similar and other jobs, not less than N500,000.000.00 each successfully executed (or being executed) within the last three years including their letters of award, contract agreements and relevant completion certificates or certificates of valuation where the jobs are on – going.

(i)                Verifiable list of major construction equipment and facilities including registration numbers, chassis numbers, location (where they can be inspected) and remark on whether these are owned, hired or leased.

(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 duly sealed, signed and currently dated are to be attached.

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

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

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

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

 

NB:   Originals of documents (4.1 (a)) (4.1 (g)) 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

 

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:

(a)     Completion Period for the Construction of the Works

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

(c)      Two copies of the Receipt of payment offender 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 in a bigger envelope clearly marked “Financial Proposal” and with a warning ‘Do not Open at the same time with the

Technical Proposal”.

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

 

The envelopes containing the Technical and Financial Proposals shall be placed into an outer sealed envelope marked “Proposals for the (Specify the Lot number and Description).

 

The Bid shall be returned to Capital Procurement Division of the Department of Procurement FCDA. Room 0.005 F.C.D.A. Secretariat (Ground Floor), Area 11, Garki Abuja on or before 2nd October, 2012 by 12.00 noon. All bid documents will be opened on the same day and venue by 2.00 pm in the presence of all Bidders or their representatives.

 

7.       Further Notes:

1.       Only Companies with a minimum of Five Hundred Million Naira (N500Million) annual turnover should apply for pre-qualification.

2.       Only pre-qualified firms will have their tender bids opened. Others may know their performance by a formal request to the Accounting Officer of FCDA.

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

4.       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.

5.       Documents provided in response to 5.1 (a-n) should be arranged as Listed

 

Signed:

Director, Procurement

For: Executive Secretary

Invitation for Pre-Qualification/Tender for the Installation of Electronic Document and Records Management System (EDRMS) at Federal Capital Development Authority Abuja

Federal Capital Development Authority Abuja, Nigeria

 

Invitation for Pre-Qualification/Tender for the Installation of Electronic

Document and Records Management System (EDRMS)

 

The Federal Capital Development Authority (FCDA) through the Department of Mass Housing intends to procure the Installation of Electronics Document and Records Management System (EDRMS)

 

In line with the 200 Public Procurement Act, the Authority is inviting interested competent and reputable Companies to submit Pre-qualification documents for the Project as follows:-

 

2.       Scope of Work

 

The Scope of work includes the following:

A.      Supply and Installation of the following items:-

(i)      Installation of Server

(ii)     EDRMS Software

(iii)    Data Base Management System

(iv)    Laptops, Document Scanner and Work Centre 7120 Printer

(a)     Training of Administrators End Users

(b)     Training on the relevant deployment

 

3. 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 a non – refundable fee of N 10,000.00 (Ten Thousand Naira only) in favour of Federal Capital Development Authority at Aso Savings and Loans Plc.

 

4.1     Pre-Qualification Requirements

Interested Companies are invited to express their interest 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 C 02 & 07 to be included).

 

(b)     The Company must show evidence of fulfilling is Tax obligations as follows:

(ii)     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)    Evidence of registration with Pencom.

(iv)    Evidence of remittance to pension fund Administrator

 

(c)      A sworn Affidavit certifying as follows:

(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)              That no present or former Director of the company is a shareholder or has any pecuniary interest on any of the committees of the FCDA or BPP.

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

 

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

(e)      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 the on-going projects, Completion Certificates and Final Maintenance Certificates where applicable are to be enclosed.

(f)      List of key technical personnel stating their roles, designation, qualifications and years of experience. Copies of endorsed educational and professional certificates of key staff are to be attached.

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

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

(i)      Bank statement of the company for the last six (6) months

 

NB:   Originals of documents 4.1(a-c) 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.

 

5.  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 with the following inscription: “Pre-Qualification/Tender for the Installation of EDRMS”. The bid should be submitted directly to FCDA HQ, Procurement Department, Area 11, Abuja. Room 005 (Ground Floor) New Headquarters opposite NTA HQ, Area 11 Abuja on or before 28th September, 2012 by 12noon.  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:

1.       Only Companies with a minimum of One Hundred Million Naira (N100Million) annual turnover should apply for pre-qualification.

2.      Only pre-qualified firms will have their tender bids opened. Others may know their performance by a formal request to the Accounting Officer of FCDA.

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

4.      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.

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

 

Signed:

Director, Procurement

Re-Invitation for Pre-Qualification/Tender for the Survey Layout the Following Districts at Federal Capital Development Authority Abuja

 

 

Federal Capital Development Authority Abuja, Nigeria

 

Re-Invitation for Pre-Qualification/Tender for the Survey Layout the Following Districts

 

Re-express interest to participate in the Survey Layout of 1300 Plots within Kagini District and Survey Layouts within the Area Councils and satellite Towns within the year 2012 budget.

 

2.       Description of Works:

 

Lot I:           Survey Layout of 1300 Plots within Kagini District

Lot II:         Survey Layout of 1,187 Plots within Orozo, AMAC, FCT

Lot III:        Survey Layout of 1,386 Plots within Bmuko Layout, Bwari, FCT

Lot IV:        Survey Layout of 718 Plots within Tunga Maje Extension, gwalada, FCT.

Lot V:         Survey Layout of 1232 Plots within Kuchiyako IV Extension Layout, Kuje FCT.

 

3.       Scope of Work

The scope of work includes:

 

1.       Physical demarcation of the  boundaries of the plots by use of setting out data obtained from the Deportment of Survey & Mapping, FCDA.

2.       Monumentation using pre-cast survey beacon measuring 18cm square and 90cm in length with 12mm twisted iron rod of 100cm in length placed at the center of the concrete beacon which marks the station. A pre-cast boundary beacon shall consist of cement, sand and rubbles property mixed with water in the ratio of one part of sand and rubbles. The beacon is capped using cement mortar and the identification numbers and marks stamped on it.

3.       Determination of post beaconing coordinates of the corner points in UTM

4.       All survey should be properly connected to existing ground control network with linear accuracy not below 1:5000

5.       All computation are to be done using standard survey computation software and products submitted in hard and soft copies

6.       All plotting are to be done using Auto CAD computer softerware.

7.       Final survey data is to be prepared for the layout and submitted in bounded booklets.

 

 4.      Collection of Consultancy Brief

Interested Consultants are to collect Consultancy Brief from the Office of the Director, Department of Procurement. FCDA Area II Garki Abuja upon the evidence of payment of non- refundable fee of N50,000.00 (Fifty Thousand Naira only) in favour of Federal Capital Development Authority for each Lot in Aso Savings and Loans Plc. Consultants that had already made these payments based on the initial advertisement should use the original receipt for clearance.

 

5.1     Technical Proposals:

All survey Firms engaged to carry out any survey work in the Federal Capital Territory (FCT) must be fully registered with the Surveyors Council of Nigeria.

 

Interested Companies are invited to express their interest in not more than two (2) 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)     List and verifiable documentary evidence of similar and other jobs successful executed (or being executed) within the last three years including their letters of award. Contract agreements and relevant completion certificates or certificates of valuation where the jobs are on-going.

(e)      Evidence of Company’s enlistment with the Surveyors Council of Nigeria (SURC ON).

(f)      List of Principal Partners and evidence of their registration with the Surveyors Council of Nigeria (SURCON).

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

(h)     The company must sign all the pages of the Bill of quantities and Form of Tender.

(i)      Audit Accounts of the Company for the last three (3) years duly endorsed by a firm of Chartered Accountants

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

(k)     Letter authorizing FCDA’s representatives to cross-check

 

The Submitted company’s Bank account.

 

NB:   Originals of documents 5.l (a-c) 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.l (a-k) should be arranged as Listed

 

5.2     Financial Proposals

A Tender Brief document shall be issued to interested Land Surveying Consultants as the basis for the Financial Proposals. The Financial proposal shall include the following:

i.        Completion Period for the Survey Works

ii.       Validity Period of the Proposals from the date of submission.

iii.      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 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 Survey of Layout of Plots (Specify Lot Number and Project Description)…….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 24th September 2012 by 12.00 noon. All bidd 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

For: Executive Secretary