2012 Invitation for Pre-qualification to Tender at National Industrial Court of Nigeria

National Industrial Court of Nigeria

2012 Invitation for Pre-qualification to Tender

 

The National Industrial Court of Nigeria wishes to pre-qualify competent contractors and other service providers who wish to tender for jobs in the various areas specified below and accordingly invites interested parties who are competent, experienced and reputable to apply.

 

These services are required in our offices, Courts and official residences in all the Judicial Divisions including Abuja. National Industrial Court of Nigeria hereby invites experienced, competent and reputable contractors or service providers who are interested and offering services in the stated areas to apply for pre-qualification as required.

 

Areas Of Services Required

 

(A) Purchase/Supply

Lot 1:              Purchase of Road Motor Vehicles

Lot 2:              Purchase of Office Furniture & Fittings such as Tables, Chairs, etc.

Lot 3:              Purchase of Residential Building/Judges Quarters

Lot 4:              Purchase of Photocopying Machines

Lot 5:              Purchase of Power Generating Sets

Lot 6:              Purchase of Residential Furnitures & Equipment such as Settees, Full Upholsteries Chairs, Refrigerators, Microwave Oven, Air conditioners, etc.

Lot 7:              Purchase of Health/Medical Equipment such as X-ray Machines, Refletan Plus Machines for Chemical Analytical Chemistry, etc.

Lot 8:              Purchase of fire fighting equipment such as Fire Extinguishers, Hose Reels, etc.

Lot 9:              Purchase Of Library Books &  Equipment such as Nord Plan Shelving System, Library Metal Book Shelves, etc.

Lot 10:            Purchase of Sporting/Game Equipment such as Gymn Equipment such as Station Gymn, Bike, Treadmills, etc.

Lot 11:            Purchase of Security Equipment such as Bomb Detectors, Garrette, etc.

Lot 12:            Purchase of Teaching/Learning Aid Equipment Such as Overhead Projectors Screen, Magnetic Boards, etc.

Lot 13:            Purchase of computers & Softwares acquisition

Lot 14:            Communication/Stenographic   Court   Recording Equipment

Lot 15:            Office Stationeries & Computer Consumable

Lot 16:            Purchase of Library Books

Lot 17:            Drugs and Medical Supply

Lot 18:            Uniforms and other clothing

 

(B)                   Construction/Rehabilitation of  Office Buildings and  Quarters

Lot 1               Rehabilitation of Temporary and  existing  Courts

Lot 2               Construction of Drainage system

Lot 3:              Provision of Electricity

 

(C)                   Maintenance and Other Services

Lot 1:              Maintenance of office furniture

Lot 2:              Maintenance of Motor Vehicles

Lot 3:              Maintenance of Office  Building/Residential Quarters

Lot 4:              Maintenance of Office Equipment & IT

Lot 5:              Maintenance of Plants & Generators

Lot 6:              Cleaning & Fummigation Services

Lot 7:              Motor Vehicle  fuel cost

Lot 8:              Plants & Generator Fuel Cost

Lot 9:              Insurance

 

(D)     Training & Consulting Services

Lot 1:      Information Technology Consulting

Lot 2:      Legal Services

Lot 3:     Architectural Services

Lot 4:     Other Training Services

 

 

Pre-Qualification Requirement

Prospective contractors shall be required to possess the following pre-qualification documents

(a)       Valid Certificate of registration/incorporation

(b)       Current Tax Clearance certificate for the last (3) years. Valid up to December 31st  2011.

(c)        Value Added Tax Registration Certificate

(d)       Evidence of compliance with Section 6(13) of Industrial Training Fund Acts of 2011 as they relate to Training contributions by liable Organizations.

(e)       Evidence of Compliance with the provisions of the Public Procurement Acts 2007 as they relate to Pensions.

(f)        Company’s resume including details of key staff strength to be deployed for execution of the contract.

(g)       Detail of Equipment and plants, including machineries owned or to be hired.

(h)       Name and Address of Banker(s) including a letter of reference/guarantee from the Bank.

(i)         Evidence of involvement and experience in similar contracts stating contract sums and showing evidence of award and timely completion.

 

Submission of Pre-Qualification Documents

Pre-qualification documents should be enclosed in sealed envelope marked “2012 Pre-Qualification” and must be returned to Tender Board Secretariat. National Industrial Court of Nigeria, 31 Lugard Avenue, Ikoyi, Lagos, on or before Thursday 24 May, 2012.

Application should be addressed to:

 

The Secretary

Departmental Tenders Board

National Industrial Court of Nigeria

31, Lugard Avenue, Ikoyi, Lagos.

 

Opening of Pre-Qualification Documents

Pre-qualification documents shall be opened at 12 noon on Tuesday 29th May, 2012 in the presence of the public and any interested members at National Industrial Court of Nigerian’s Conference Room, 31 Lugard Avenue Ikoyi, Lagos.

 

Interested members of the public and all respondents to our advertisements are to consider this publication as sufficient and adequate notice of the opening date.

 

Please Note:

Late submission will be rejected

 

(a)       This advertisement for “Pre-qualification to Tender” shall not be construed to be a commitment on the part of the National Industrial Court of Nigeria, Ikoyi, Lagos, Nigeria nor shall it entitle the submitting tenderer to make any claims whatsoever and or seek any indemnity from National Industrial Court of Nigeria by virtue of such tendered having responded to this advert.

 

(b)       Pre-qualification bid should be very clear about the bidders’ area of proven competence and interest.

(c)        Subsequent to this prequalification exercise tender for contracts and jobs will be accepted only from pre-qualified contractors and the National Industrial Court o Nigeria shall not enter into any correspondence with unsuccessful applicants.

(d)       Members of the public who have already responded to our advertisement are strictly advised to take note of the following alterations in our maiden advertisement of This day News paper of 16th April, 2012 and Tenders Journals of 16th 29th of April, 2012:

 

(i)         Lot A1 Purchase of Motor Vehicles

(ii)        Items (d) and.(e) of Pre-qualification requirement

(iii)       Date of submission of Pre-qualification documents

(iv)       Date of Opening of Pre-qualification documents

 

(e)       This advertisement supersedes the previous invitation for pre-qualification to tender

 

 

Signed

Chief Registrar

National Industrial Court of Nigeria

 

Invitation for Pre-Qualification to Tender for the Following Project at Federal Capital Development Authority, Abuja

Federal Capital Development Authority

Abuja, Nigeria

 

Invitation for Pre-Qualification to Tender for the Following Project

 

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to procure the under-listed projects within the year 2012 budget.

 

2.         Description of Works

 

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.

 

3          Scope of Work:

The scope of work includes:

(i)         Site clearance and earthworks

(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

 

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 dale Annual return with the CAC (forms C02 & C07 to be included).

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

(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)       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 relevant committees of the FC’DA or BPP.

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

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

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

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

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

(h)       Evidence of work experience as the main Contractor executing or having executed a minimum of five (5) projects of similar complexity compared to the proposed work, 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 closed

(i)         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 number of equipment/Facilities are as listed below:-

i.          Two (2) Nos. Graders.

ii.         Two(2) Nos. excavators

iii.        Two(2)Nos. Pay Loaders

iv.        One (1) No. Concrete Batching Plant

v.         Five (5) Nos. Water Tankers

vi.        One (1) Nos. Diesel Tankers

vii.       Two (2) Nos. Mobile Concrete Mixers

viii.      Two (2) Nos. Concrete Vibrators

ix.       One (1) No. Concrete Pumping Machines

x.         Two (2) Nos. of Cranes

xi.        Five(5) Nos. 20-30 ton tippers

xii.       Two (2) Nos. Dumpers

 

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

(k)        List of key technical personnel slating 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.

(l)         Company’s policy on Community Social Responsibility with verifiable evidence.

(m)      Companies with a minimum of N5 billion (Five Billion Naira) annual turn-over in the last three years need to apply.

 

Notes

Items 4- 4d 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 TREATMENT PLANT FOR TANK 4.1 AND ASOKORO GARDEN 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 Monday 28th  May, 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 Rights organizations could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.

 

Signed:

Director, Procurement

For: Executive Secretary

 

 

 

Invitation for Technical and Financial Tender for the Execution of 2012 Capital Projects at Federal College of Land Resources Technology, Owerri, Nigeria

Federal College of Land Resources Technology, Owerri, Nigeria

P.M.B. 1518, Owerri

 

Federal Ministry of Agriculture & Rural Development

 

Invitation for Technical and Financial Tender for the Execution of 2012 Capital   Projects

 

The Federal Government of Nigeria has allocated Funds to the Federal Ministry of Agriculture and Rural Development in the Year 2012 Appropriation for the procurement of Goods, Works and Services for the execution of policies, programmes and projects towards achieving the mandate of the Ministry.

 

2.         Accordingly, the Federal College of Land Resources Technology, Owerri; an institution in the Federal Ministry Of Agriculture and Rural Development invites qualified, interested and eligible vendors; Suppliers; Contractors; Original Equipments Manufacturers (OMEs) and Consultants to tender for the procurement of Goods, Works And Services appropriated under the various programmes of the College in the year 2012 Appropriations as Specified in the following paragraphs:

 

Works

Lot Work Description Location
1 Construction of Lecture Hall Oforola/Obosima, Owerri

 

Furniture

Lot Work Description Location
2 Furnishing of College Auditorium Oforola/Obosima, Owerri

 

Services

Lot Work Description Location
3 Development of Federal College of Land Resources Technology, Owerri Research and Oforola/Obosima, Owerri

 

3          Qualification Criteria and Tender Requirements

In order to be considered, interested companies, which must be Nigerian companies, must submit tenders/Bid documents accompanied with the following:

i)          Evidence of registration with Corporate Affairs Commission (CAC) and Forms CO7:

ii)         Provide detailed Company Profile

iii)        Detailed evidence of compliance with Pension Act:

iv)        Company Audited Accounts for the last 3 years:

v)         Detailed copy of current Tax Clearance Certificate, verifiable from Federal Inland Revenue Services (FIRS):

vi)        Evidence of VAT Registration and past VAT remittances:

vii)       Letter of Financial Capability and Banking Support:

viii)      Evidence of payment of non-refundable Tender fee of N10,000.00 only in favour of the Federal College of Land Resources Technology, Owerri:

ix)        Evidence of 3-4 similar jobs previously executed or currently being executed (including letters of award, Completion/Performance certificates, payment etc.):

x)         Submission of technical details and brochures of items being tendered for and evidence of Manufacturers Authorization of dealer/distributorship appointment:

xi)        Any other document(s) to support the qualification and tender documents as may be contained in the standard Bidding Documents;

xii)       For Lot 1, Bidder must be registered with COREN.

xiii)      For all Building Construction Projects, Bidders must show evidence of a staff registered with CORBON.

xiv)      Bidders must not bid for more than two lots.

xv)       Any bid above N50million must be accompanied with Bid Security of 2% of Bid Price,

xvi)      All the requirements stated in paragraphs 3 (i-xv) shall be enclosed in the Technical envelope.

 

4.         Collection of tender Documents

Qualified Companies shall on application collect tender documents from the office of:

 

The College Procurement Officer

Federal College of Land Resources Technology,

Km 5, Old Orlu Road, Egbeada, Owerri.

 

Upon the presentation of evidence of payment of non-refundable tender fee of N10,000.00 into the College’s Account as follows:

 

Account Name: Account Number: Bank:

Federal College of Land Resources Technology, Owerri.

2841770000599

Skye Bank PLC, Douglas Road, Owerri.

 

5.         Submission of Tender Documents

The completed tender documents must be submitted in (3) copies each; including one (1) original and two (2) Copies, in two (2) separate sealed envelopes clearly marked “Technical” and “Financial” and both sealed in a third envelope marked with the appropriate project title and lot number at the top right hand corner and delivered to the address below on or before 25th June 2012 by 12.00 noon.

 

The Secretary;

College Tender Board

Federal College of Land Resources Technology, Owerri

Km 5, Old Orlu Road, Egbeada, Owerri.

Invitation for Pre-Qualification of Contractors for Tertiary Education Trust Fund (TETFUND) 2011 Normal Intervention Fund Projects at Federal Polytechnic, Oko

Federal Polytechnic. Oko

P.M.B. 021, Aguata, Orumba North L.G.A

Anambra State

 

Invitation for Pre-Qualification of Contractors for Tertiary Education Trust Fund (TETFUND) 2011 Normal Intervention Fund Projects

 

Preamble:

The Federal Polytechnic, Oko wishes to invite for Pre-Qualification of interested and reputable Contractors for the execution of Tertiary Education Trust Fund (TETFund) 2011 Normal Intervention Fund Projects.

 

The works are as follows:-

(1)       Modification   of  Electrical   and   Electronic   Engineering Department Building.

(2)       Construction   of  Continuing   Education   Programme (CEP) Building.

 

Pre-Qualification Requirements

a.         Valid certificate of Registration with Corporate Affairs Commission

(CAC).

b.         Current Tax Clearance Certificate,

c.         VAT Registration with TIN No. and evidence of Past Remittances for three (3) years.

d.         Evidence of Financial Capacity and Banking Support,

e.         Evidence of fulfillment of PENCOM Obligation,

f.          Company Audited Account for three (3) years,

g.         Evidence of Technical Capacity,

h.         Annual Turn-over,

i.          Company Profile and Organizational Structure.

 

Verification of Claims in Pre-Qualification Documents.

Please note that the Federal Polytechnic, Oko will on its own verify the claims made in the Pre-Qualification Documents. Pre-Qualification Analysis will be based on Technical Capacity of the Bid.

 

Submission of Pre-Qualification Documents

Pre-Qualification documents will be submitted with a Non-refundable Fee of Ten Thousand Naira (N 10,000:00) only in Bank Draft made payable to Federal Polytechnic, Oko.

 

The pre-qualification documents should be enclosed in a sealed envelope addressed to:

 

The Director, Physical Planning Unit,

Federal Polytechnic, Oko

P.M.B 021,Aguata,

Orumba North, L.G.A Anambra State.

 

The Project title being Pre-qualified for, should be boldly written at the left hand top corner of the sealed envelope.

 

The documents should be submitted on or before Monday, 28th May 2012 at 12noon and opening of the pre-qualification documents shall be done on Monday, 28th May 2012 at 1.00 pm.

 

The commercial Tender documents will be issued to Pre-qualified Contractors on payment of a non-refundable Fee of Fifty Thousand Naira (N50,000:00) Only, made payable to Federal Polytechnic, Oko and the Commercial Tender opening will be held on Monday, 18th June 2012 at 12noon.

 

Successful Pre-qualified Contractors will be notified by text messages (SMS) and Published on the Federal Polytechnic, Oko Notice Board.

 

Signed

Mr. Tony Olih Nwaokolobia

Registrar

 

Invitation for Pre-Qualification to Tender for the Following Project at Federal Capital Development Authority, Abuja

Federal Capital Development Authority

Abuja, Nigeria

 

Invitation for Pre-Qualification to Tender for the Following Project

The   Federal   Capital   Development  Authority  (FCDA)   through   the   Department   of Engineering Services intends to procure the under-listed projects within the year 2012 budget.

 

2.         Description of Works:

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

 

Lot II:   Provision of Engineering Infrastructure to Plots 1922 -1929 Off Udi Hills Street, Maitatama District, Abuja.

 

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

 

Lot iv:  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 I-III 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

 

3.2       The scope of work for LOT IV includes:

(i)         Site Clearance

(ii)        Construction of 370m3 Cesspool

(iii)       Provision and laying of 1550m of diameter 400mm concrete pipe.

(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 return with the CAC (mention forms C02 & C07 to be included).

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

(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)       Evidence of registration with Pencom

(iv)       Evidence  of remittance to pension fund  Administration

 

(c)       A sworn Affidavit certifying as follows:

(i)         The Company is not in receivership, insolvency or bankruptcy

(ii)        The Company does not have any Director who has been convicted by any court in Nigeria and any other country for criminal offence in relation to fraud or Financial impropriety.

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

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

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

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

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

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

(h)       Evidence of work experience as the main Contractor executing or having executed a minimum of five (5) projects of similar complexity compared to the proposed work 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.

(i)         Verifiable list of major construction equipment and  facilities including registration numbers, chassis 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  I,  III are as Iisted 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 (I) 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)   One (1) No. Cable Crimping Machines

 

While the minimum numbers of equipment/facilities required for LOT IV are as follows:

(i)         Two (2) Excavators

(ii)        Two (2) Pay Loaders

(iii)       Two (2) Water tankers

(iv)       Two (2) Mobile Concrete Mixers

(v)        Five (5) 20-30 ton tippers

(vi)       Two (2) Crane Mounted Bucket Lifts

(vii)      An evidence of ability to carry out material

 

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

 

(k)        List of key technical personnel stating their roles, designation, qualification and years of experience with the guarantee that a minimum of five (5) relevant COREN Registered Engineers of various disciplines shall be deployed to the project. Copies of educational and professional certificates are to be attached.

(I)       Company’s policy on Community Social Responsibility with verifiable evidence.

(m)      Companies with a minimum of N2,000,000,000.00 (Two Billion Naira) annual turn-over in the last three years need to apply.

 

Notes:

Items 4a-4d 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, Monday 28th  May, 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 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 Rights organizations could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.

 

Signed:

Director, Procurement

For: Executive Secretary

 

 

Federal Capital Development Authority

Abuja, Nigeria

 

Invitation for Pre-Qualification to Tender for the Following Project

The   Federal   Capital   Development  Authority  (FCDA)   through   the   Department   of Engineering Services intends to procure the under-listed projects within the year 2012 budget.  

 

2.         Description of Works:

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

 

Lot II:   Provision of Engineering Infrastructure to Plots 1922 -1929 Off Udi Hills Street, Maitatama District, Abuja.

 

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

 

Lot iv:  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 I-III 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

 

3.2       The scope of work for LOT IV includes:

(i)         Site Clearance

(ii)        Construction of 370m3 Cesspool

(iii)       Provision and laying of 1550m of diameter 400mm concrete pipe.

(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 return with the CAC (mention forms C02 & C07 to be included).

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

(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)       Evidence of registration with Pencom

(iv)       Evidence  of remittance to pension fund  Administration

 

 (c)       A sworn Affidavit certifying as follows:

(i)         The Company is not in receivership, insolvency or bankruptcy

(ii)        The Company does not have any Director who has been convicted by any court in Nigeria and any other country for criminal offence in relation to fraud or Financial impropriety.

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

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

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

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

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

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

(h)       Evidence of work experience as the main Contractor executing or having executed a minimum of five (5) projects of similar complexity compared to the proposed work 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.

(i)         Verifiable list of major construction equipment and  facilities including registration numbers, chassis 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  I,  III are as Iisted 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 (I) 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)   One (1) No. Cable Crimping Machines

 

While the minimum numbers of equipment/facilities required for LOT IV are as follows:

(i)         Two (2) Excavators

(ii)        Two (2) Pay Loaders

(iii)       Two (2) Water tankers

(iv)       Two (2) Mobile Concrete Mixers

(v)        Five (5) 20-30 ton tippers

(vi)       Two (2) Crane Mounted Bucket Lifts

(vii)      An evidence of ability to carry out material

 

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

 

(k)        List of key technical personnel stating their roles, designation, qualification and years of experience with the guarantee that a minimum of five (5) relevant COREN Registered Engineers of various disciplines shall be deployed to the project. Copies of educational and professional certificates are to be attached.

(I)       Company’s policy on Community Social Responsibility with verifiable evidence.

(m)      Companies with a minimum of N2,000,000,000.00 (Two Billion Naira) annual turn-over in the last three years need to apply.

 

Notes:

Items 4a-4d 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, Monday 28th  May, 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 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 Rights organizations could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.

 

Signed:

Director, Procurement

For: Executive Secretary