Re-Invitation for the Expression of Interest to Tender for the Following Consultancy Projects at Federal Capital Development Authority Abuja

Federal Capital Development Authority Abuja, Nigeria

 

Re-Invitation for the Expression of Interest to Tender for the Following 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 the following Engineering Projects as provided for under the FCDA year 2012 Statutory Budget.

 

2.       Description of Work:

 

2.1     Design Review of Engineering Infrastructure and Production of Tender Documents

Lot I:           Design Review of Road FCT 106 from Kuje-Karshi About 30KM.

Lot II:         Design Review of Road FCT 105 from Gwagwalada-Ring Road 4 at Gousa About 75KM

 

2.2     Resident Consultancy Services

Lot III:        Resident Supervision of Provision of engineering Infrastructure to Plot-1038 Extension, Cadastral Zone A05, Maitama District.

 

Lot IV:        Resident Supervision of Construction of Phase I of Southern Parkway From Christian Center (S8/9) to RR1.

 

Lot V:         Resident Supervision of Provision of Primary Road to Mass Housing (Arterial Road S30)

 

Lot VI:        Resident Supervision of Provision of Infrastructure to Apo Estate Layout, Phase I

 

Lot VII:       Resident Provision of Engineering Infrastructure to New Layout At Tank 4.1 Hills Vicinity, Area F, Asokoro District.

 

3.       Scope of Work

 

3.1     The scope of work for LOTS I & II 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.

 

3.2     The scope of work for LOT III involves:

(i)      Site clearance and earthworks

(ii)     Roadwork

(iii)    Storm water drainage

(iv)    Culverts

(v)     Foul Sewer

(vi)    Water supply

(vii)   Electrical Power Supply

(viii) Telecommunication Ducting

(ix)    Street Lighting

(x)     River Training

 

3.3     The scope of work for LOT IV involves:

(i)      Site clearance and earthworks

(ii)     Roadwork

(iii)    Storm water drainage

(iv)    Culverts

(v)     Foul Sewer

(vi)    Water supply

(vii)   Electrical Power Supply

(viii) Telecommunication Ducting

(ix)    Street Lighting

(x)     River Training

 

3.4     The scope of work for LOT IV involves:

(i)      Site clearance and earthworks

(ii)     Site Investigation

(iii)   Surface Drainage

(vi)    Culverts

(v)     Retaining walls and Underpass

 

3.5     The scope of work for LOT VI involves:

(i)      Site clearance and earthworks

(ii)     Surface water drainage

(iii)   Culverts

(iv)    Road works.

 

3.6     The scope of work for LOT VII involves:

(i)      Road works

(ii)     Storm drainage

(iii)    Culverts

 

3.7     The scope of work for LOT VIII involves:

(i)      Road works

(ii)     Water supply

(iii)    Storm water network

(iv)    Foul sewer network

(v)     Electrical power supply

(vi)    Street lighting

(vii)   Telecommunication ducting

(viii)  Packaged substations

 

4.       Pre-Qualification Requirements

Interested Firms 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.

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

(i)      Evidence of work experience as 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 tor on­going 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 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.

(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-Qualificat1on to Tender for Design of Engineering Infrastructure and Production of Tender Documents; (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 27th  September, 2012 by 12 noon. 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:

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 fIRMS 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.

 

vi.      Any company showing interest in more than Two (2) Lots shall be considered non-responsive.

 

V.      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.

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

 

Signed:

Director, Procurement

For: Executive Secretary

 

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

Federal Capita1 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 I:           Construction of Tank 4.1.1 for Tank 4.1 Hill Layout and Dallas Estate and Construction of Sewage Treatment Plant for Tank 4.1 and Asokoro Garden plus associated works.

 

Lot II:         Rehabilitation and Expansion of Outer Southern Expressway (Osex) From Villa Roundabout to Osex/Ring Road 1 (RR1) Junction Including Four (4) Nos. Interchanges

 

3.       Scope of Work:

3.1     The scope of work for Lot I includes:

(i)      Site clearance and earth works

(ii)     Water pipeline works

(iii)    Construction of Water Tank

(iv)    Mechanical fitting works

(v)     Foul Sewer Trunk line

(vi)    Construction of Sewage Treatment Plant

(vii)   Pump Station

 

3.2     The scope of work for Lot II includes:

(i)      Site clearance and earthworks

(ii)     Surface Water Drainage (Insitu and Precast Concrete Structures)

(iii)    Road Works of main and service carriage ways on rock sub-base

(iv)    Bridge works at interchanges

(v)     Retaining Walls

(vi)    Power supply and street lighting

(vii)   Box and pit Culverts

(viii) Conduits for Post and Telecommunication

 

4.       Pre-Qualification Requirements

Interested Companies are invited to submit the following per-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 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)      Evidence of payment of Training Contributions to the Industrial Training Fund.

(g)     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.

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

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

(j)      Letter authorizing FCDA and her representative(s) 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 on-going projects, Completion Certificate and Final Maintenance Certificates where applicable are o be enclosed.

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

 

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

(i)      Ten (10) Nos Bulldozers

(ii)     Five (5) Nos Scrappers

(iii)    Ten (10) Nos Graders

(iv)    Ten (10) Nos Excavators

(v)     Fifteen (15) Nos Pay Loaders

(vi)    One (1) No. Asphalt plant

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

(viii)  Three (3) Nos Asphalt Pavers

(ix)    Ten (10) Nos Water Tankers

(x)     Three (3) Nos Diesel Tankers

(xi)    Ten (10) Nos Mobile Concrete Mixers

(xii)   Fifteen (15) Nos various Compactors

(xiii)  Five (5) Nos Concrete Pumping Machines

(xiv)  Ten (10) Nos various type of Cranes

(xv)   Thirty (30) Nos 20 – 30 ton tippers

(xvi)  Ten (10) Nos dumpers

(xvii) One (1) Insitu concrete laying equipment (Commander)

(xviii)          Five (5) Nos Cable Drum Jacks

(xix)  Three (3) Nos Crane Mounted Bucket Lifts

(xx)   Two (2) Nos Cable Crimping Machines

(xxi)  Electrical testing equipment such as 80KV Hypotronics, Megger, Earth-Resistant tester etc.

(m)    A functional and well equipped material testing 1aboratory 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 N5 billion (Five Billion Naira) annual

turn-over in the last three years should apply for pre-qualification.

 

Notes:

Items 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 Construction of Tank 4.1.1 for Tank 4.1 Hill Layout and Dallas Estate and Construction of Sewage Treated Plant for Tank 4.1 and Asokoro Graden Plus Associated Works. 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 5th October, 2012 by 12 noon. 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 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 Pre-Qualification and Tender for the Following Projects at Federal Capita1 Development Authority Abuja

Federal Capita1 Development Authority Abuja, Nigeria

 

Invitation for Pre-Qualification and 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 I:           Provision of Access Road Engineering Infrastructure to Savannah Close, Garki II District, Abuja – Plot 15922 and others.

 

Lot II:         Provision of Access Road and other Engineering Infrastructure to Fidelix Oyakhilome Close, Gudu District, Abuja- Plot 2360 and others

 

Lot III:        Provision of Infrastructure to Outstanding Areas of Phase 1 – Provision of Infrastructure to Emmanuele Crescent, Jabi District.

 

3. Scope of Work:

3.1     The scope of work 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 Network

(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

 

4.0   Collection of Bid Document

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 N200,000.00 (Two Hundred Thousand Naira only) in favour of Federal Capital Development Authority in Aso Savings and Loans PLC.

 

5.1     Technical Proposals.

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

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

(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.

 

(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 Nigerian   Social Insurance Trust Fund (NSITF).

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

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

(j)

 

(j)      Letter authorizing FCDA’s representative(s) 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 three (3) 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.

(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 areas 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 (1) No. Asphalt Pavers

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

(viii)  Five (5) Nos. Water Tankers

(ix)    One (1) 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

 

(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 two (2) 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 N 1 billion (One Billion Naira) annual turn-over in the last three years should apply for pro-qualification.

 

Notes:

Items 5a- 5fare 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.

 

5.2.    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 “Proposals for the (Specify the 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 same day and venue by 2.00 pm in the presence of all Bidders or their representatives

 

Further Notes:

(i)      Interested Companies are responsible for the registration, timely and safe submission of their documents means of delivery notwithstanding.

(ii)     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 5.1 (a-o) should be arranged as Listed

 

Signed:

Director, Procurement

For: Executive Secretary

 

National and International Competitive Bidding Invitation for Pre-Qualification of Original Equipment Manufacturer (OEM) for the Design & Construction of Some Marine Vessels at Nigerian Ports Authority

Nigerian Ports Authority Corrigendum to Public Notice No.: 3812

 Federal Government


National and International Competitive Bidding Invitation for Pre-Qualification of Original Equipment Manufacturer (OEM) for the Design & Construction of Some Marine Vessels

 

This advert is a Corrigendum to the Pre-Qualification Requirements in the earlier advert placed in “The Guardian, Daily Trust Newspapers of Monday. August 20th 2012 and Federal Tenders Journal of Monday, 20th – Sunday, September, 2nd  2012.

 

In this regard, the following Pre-Qualification Requirements Cancels and Replaces the one in the Advert mentioned above:

  • Interested National/Local companies must submit the following documents:

 

a)       Evidence of company registration with Corporate Affairs Commission (CAC), and Articles of Association.

b)      Evidence of VAT Registration/ Remittance Certificate. (2009, 2010 & 2011)

c)       Evidence of Tax payment for the past three (3) years (2009, 2010 & 2011)

d)      Evidence of compliance with Pension Reform Act 2004.

e)       Evidence of compliance (registration and remittance) with the provision of the Industrial Training Fund (ITF).

 

  • While Interested International/Foreign companies must submit the following documents:

 

a)       Evidence of Company registration in the country of origin/home country

b)      Evidence of Tax Payment in the Country of origin/home country

 

  • Then, both National/Local and International/Foreign companies must in addition submit the following:

 

1.       Particulars of Original Equipment Manufacturing (OEM) company including Statutory Registration Certificates and company profiles indicating names,  qualification and experience of key personnel, physical address, telephone number, fax and e-mail.

2.       Company’s financial details & audited accounts for the last three years (2009-2011)

3.       Quality certificates ISO 9001 or approved equivalent.

4.       Environment Management System ISO 14001:2004 or  approved equivalent

5.       List of at least 5 (five) similar constructions with Yard numbers, Build numbers, built in the last (10) ten years in addition with  names of purchasers, sites/ports of operation in at least three (3) different district sites/ports. Please enclose letter of awards and completion certificates.

 

Note: All other contents in the earlier publications remain the same.

 

Signed:

Management

Nigerian Ports Authority

General Consultancy Notice for the Appointment of Consultants to Collect Transaction Fees as Approved by the Federal Government at Federal Ministry of Transport Bukar Dipcharima House Central Business District

Federal Ministry of Transport Bukar Dipcharima House Central Business District, Abuja

 

General Consultancy Notice for the Appointment of Consultants to Collect Transaction Fees as Approved by the Federal Government

 

The Council for the Regulation of Freight Forwarding in Nigeria (CRFFN)is an agency of the Federal Government of Nigeria established under Act No. 16 of 2007, as practitioners’ regulatory Council. The Council is charged with the responsibility of determining the standards of knowledge and skill to be attained by persons seeking to be registered as Freight Forwarders and raising those standards from time to time in accordance with International industry practice; and for regulating and controlling Freight Forwarding in all its ramifications.

 

(A)    In compliance with the regulation as stipulated, the Council hereby invites interested and reputable consultants with relevant experiences for consideration as consultants to the Council to collect transaction fees as approved by the Federal Government.

 

(B)     Requirements

Interested Consultant firms should forward copies of the following documents and the originals to be made available for sighting during the tender opening:

 

i.        Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.

ii.       Interested Companies should have up to date returns with CAC and be informed that due diligence could be conducted.

iii.     Company’s Audited Account for the last three years from a Chartered

Accounting Firm.

iv.      Tax Clearance Certificate for the last three years; expiring in December,   2012.

v.      List of verifiable documentary evidence of similar jobs successfully executed within the last three years (copies of letter of contract award, completion certificate).

vi.     Current Reference Letter from a Reputable Bank and Statement of Account for the last twelve (12) months.

vii.    Sworn Affidavit line with the provisions of Part IV, Section 16, subsection 6(e-t) of the Public Procurement Act 2007.

viii.   List of key staff and their Evidence of professional registration.

ix.     Letter of Authority to CRFFN to cross check the company’s account

x.      Bidders should show evidence of Registration and up to date remittance of

Employee Pension Fund Contribution in line with section 6d of the Public          Procurement Act, 2007.

xi.      Letter introducing an authorized representative of bidder with his/her sample signature and position in the Company.

xii.     Evidence of payment of Training contribution to the Industrial Training Fund.

 

C.      Collection of Tender documents:

Interested Companies are to collect tender documents from the Director, Administration & Human Resources, Council for the Regulation of Freight Forwarding in Nigeria 51, Khartoum Street, Zone 5, Wuse District, Abuja, upon the presentation of a payment of N50,000.00 (Fifty Thousand Naira) only, non-refundable Tender Fee into CRFFN Treasury Revenue Account at Diamond Bank, Account Number 0026259614.

 

(D)    Submission

This document is to be dropped in the Tender Box in the Office of the Secretary, Tenders Board, CRFFN, on or before 29th September 2012 by 10.00am. This Tender is for a period of six weeks. The representatives of Bidding companies are invited to witness the opening of the Tenders on the same day at 12:00pm in the conference hall of the office complex at 51, Khartoum Street, Zone 5, Wuse District, and Abuja.

 

Please Note:

This is an invitation for expression of interest. Response(s) to this invitation do not place any obligation on the Authority to consider any responding company for:

1.       Award of contract

2.       Information of any resultant action

3.       Acceptance of tender submission

4.       Refund of costs incurred as a result of the EOI invitation or any subsequent requests for information from bidding companies

5.       Late submission will not be entertained and only short-listed companies will be contacted

6.       All CAC, VAT, PENCOM and TAX clearance certificates may be referred to the security agencies, Corporate Affair Commission, Federal  Inland Revenue Services (FIRS) National Pension Commission and other relevant bodies for verification.

 

Signed:

Secretary, Tenders Board