Re-invitation For The Pre-qualification To Tender For The Design Of Primary And Secondary Water Supply Scheme In Phase IV Of The Federal Capital City (FCC)

Posted by Chijindu on Fri 14th Sep, 2012 - nigeriantenders.com






  

Abuja, Nigeria
Office Of The Executive Secretary

 Following Design Consultancy Projects

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

2.) Description Of Work:

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

Lot I. Engineering Design Of Water Treatment Plant And Trunk Mains.

Lot II. Engineering Design Of Secondary Water Supply Line (Loop 7 & 8) With Associated Tanks.

Lot III. Engineering Design Of Secondary Water Supply Line (Loop 9 & 10) With Associated Tanks.

 

Design Of Primary And Secondary Water Supply Scheme in Phase IV of FCC

Lot IV. Final Engineering Design Of Interceptor Sewer Line Schedule VII

Lot V. Final Engineering Design Of Interceptor Sewer Line Schedule IX And Associated Treatment Plant

Lot V. Final Engineering Design Of Interceptor Sewer Line Schedule X And Associated Treatment Plant

Final Engineering Design of lnfrastructure in Kyami District

Lot VII. Final Engineering Design Of Road Networks And Bridges And Production Of Tender Documents

Lot VIII. Final Engineering Design Of Water Distribution, Storm water Drainage And Foul Sewage Networks As Well As Culvert And Production Of Tender Documents

Lot IX. Final Engineering Design Of Electricity And Telecommunication (DUCTS) Networks And Production Of Tender Documents

3.) Scope Of Work

The scope of work for Lot I involves:

  • Identification And Harmonization of existing Districts Supply Networks
  • Engineering Survey of proposed truck Mains route
  • Collection and analysis of data
  • Estimation of Projected Population Water Supply needs and Demand
  • Preparation of Inception Report
  • Sub-soil investigation Report for depth less than 3m
  • Sub-soil investigation Report for depth greater than 3m
  • Sizing and design of Water Treatment Plant
  • Design of Water Supply Appurtenances
  • Preparation and Submission of Design Reports, drawings and other Tender Documents including Bill of Engineering Measurement and Evaluation (BEME).

The scope of work for Lots II and III involve:

  • Identification and harmonization of existing Districts Supply Networks
  • Engineering Survey of proposed route
  • Collection and analysis of data
  • Estimation of Projected Population Water Supply needs and Demand
  • Preparation of Inception Report
  • Sub-soil investigation Report for depth less than 3m
  • Sub-soil investigation Report for depth greater than 3m
  • Sizing and design of Water Supply Pipe Lines Networks
  • Design of Water Supply Appurtenances
  • Design of Water Reservoir Tanks.
  • Preparation and Submission of Design Reports, drawings and other Tender Documents including Bill of Engineering Measurement and Evaluation (BEME).

The scope of work for Lots IV to VI involve:

  • Identification and harmonization of existing Districts Supply Networks
  • Engineering Survey of proposed route
  • Collection and analysis of data from associated interceptor
  • Estimation of Projected Population and Sewage Discharge
  • Preparation of Inception Report
  • Sub-soil investigation Report for depth less than 3m
  • Sub-soil investigation Report for depth greater than 3m
  • Design of 218km of Sewer Networks
  • Design of Sewage Treatment Plant (STP).
  • Preparation and Submission of Design Reports, drawings and other Tender Documents including Bill of Engineering Measurement and Evaluation (BEME).

The scope of work for Lots VII involve:

  • Reconnaissance and Confirmatory Route Survey
  • Design of Street Lighting
  • Review of the Road cross-section design
  • Resurvey, Realign and Redesign of the road 
  • Review Bridges and Culvert designs
  • Review of BEME and contract documents
The scope of work for Lots VIII involve:
  • Engineering Survey
  • Hydrological Survey and analysis
  • Route Subsoil
  • Estimation of daily water demand per capital based on land use.
  • Estimation of per capital discharge
  • Submissio of inception report
  • Design of box and pipe culverts
  • Design of water reticulation networks
  • Design of foul sewer networks
  • Design of storm water drainage networks 
  • Design of water and sewage appurtenances
  • Preparation and Submission of Design Reports, drawings and other Tender Documents including Bill of Engineering Measurement and Evaluation (BEME).

The scope of work for Lots IX involve:

  • Estimation of power demand based on land use
  • Submission of inception report
  • Design of injection substation
  • Design of high tension networks
  • Design of low voltage
  • Design of street lighting
  • Design of telecommunication (ducts) networks
  • Preparation and Submission of Design Reports, drawings and other Tender Documents including Bill of Engineering Measurement and Evaluation (BEME).

4.) Pre-qualification Requirements

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

i.) 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).

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

iii.) The Company must show evidence of the following:

  • Tax Clearance Certificate for the last three (3) years supplied with the company’s Tax Identification Number (TIN)
  • Pension and Social Security Contributions
  • Registration with Pencom.
  • Remittance to pension fund Administrator

iv.) A swom Affidavit to the effect that:

  • The Company is not in recievership, insolvency or bankruptcy
  • 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
  • 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.
  • All the documents submitted for the pre-qualification bid are not only genuine but correct

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

vi.) Bank Statement for the past six (6) months

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

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

ix.) 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 6 years. Copies of Award Letters, Last Interim Certificate of Valuation for ongoing projects. Completion Certificate and Final Maintenance Certificates where applicable are to be enciosed.

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

xi.) List of office equipment available for execution of the assignment

Notes:

  • Items 4(i - v) 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.) 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 seated envelope clearly marked "Original" and "Electronic Copy" with the following inscription: 

“ Pre-qualification To Tender For Design Of Primary And Secondary Water Supply Scheme In Phase IV Of The Federal Capital City (FCC)/ Design Of Interceptor Sewer Lines And Associated Treatment Plants In The Federal Capital City (FCC) and Design Review Of Engineering Infrastructure; (Specify Lot Number And Project Description).

6.) Closing Date:

The pre-qualification documents should be submitted directly to FCDA Procurement Department, Room 005 (Ground Floor) New FCDA Headquaters, opposite NTA Abuja, Area 11, Garki Abuja on or before 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 aII prospective bidders or their Representatives.

Further Notes:

  • 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.
  • Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents means of delivery not withstanding.
  • The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions.
  • Any company showing interest in more than two (2) lots shall be considered non-responsive
  • 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 to 4 (i - xv) should be arranged as Listed

Signed:
Director, Procurement
For: Executive Secretary

Industry

;
Category

;
State

;