Re-Invitation For The Expression Of Interest To Tender For The Following Consultancy Projects at Federal Capital Development Authority, Abuja

Posted by Leuna on Thu 13th Sep, 2012 - nigeriantenders.com






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 Budgets.

Federal Capital Development Authority, Abuja Office of the Executive Secretary

Re-Invitation For The Expression Of Interest To Tender For The Following Consultancy Projects


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 1 of Southern Parkway from Christain 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 1
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.
(Ci) Review of the Road cross-section design.
(iv) Resurvey, Realign and Redesign of the road.
(vi) Review Bridges and CuIvert 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

3.4     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

3.5    The scope of work for LOT V Involves:

(i) Site clearance and earthworks
(ii) Site Investigation
(iii) Surface Drainage
(vi) Culverts
(v) Retaining walls and Underpass

3.6   The scope of work for LOT VI involves:


(i) Site clearance and earthworks
(ii) Surface waler drainage
(iii) Culverts
(iv) Road works

3.7   The scope of work for LOT VII involves:

(i) Road works
(ii) Storm drainage
(iii) Culverts

3.8   The scope of work for LOT VIII involves:

(i) Road works
(ii) Water supply
(iii) Storm water network
(iv) Foul sewer network
(vi) Electrical power supply
(vi) Street lighting
(vii) Telecommunication ducting
(vii) Packaged substations

4.   Pre-Qualification Requirements

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

(a) Evidence of incorporarion 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 CO2 & CO7 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 fotiowing:
(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, irisolvency 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 for on-going projects, Completion Certificate and Final Maintenance Certificates where applicable are to be enclosed.
(j) List of key technical personnel stating their roles, designation, qualification and years of experience with the guarantee that a minimum of 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-QUALIFICATION TO TENDER FOR DESIGN OF ENGINEERING INFRASTRUCTURE PRODUCTION OF TENDER DOCUMENTS; (SPECIFY LOT NUMBER AND PROJECT DESCRIPTION) ".

Closing Date:
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 noon on or before 27 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.

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 not withstanding.
iii. The Authority shall carry out Duo 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 organisations 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
Industry

;
Category

;
State

;