Federal Capital Development Authority (FCDA) RE-Invitation for Pre-Qualification toTender for Provision of Engineering Infrastructure and Piping (3 Lots)

Posted by Charles on Mon 10th Sep, 2012 - nigeriantenders.com






Federal Capital Development Authority (FCDA)
RE-Invitation for Pre-Qualification toTender for the Following Projects

1.) This is an invitation to all competent and reputable Engineering Companies with interest in executing the project described hereunder to submit their pre-quatitication bids in line with the new requirements recently approved by BPP.

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, Maitama District, Abuja
LOT III: Construction of 370m3 Cesspool and 400mm Diameter Concrete Pipe to Convey Waste from Garki Village and Garki Police

3.)Scope of Work
3.1 The scope of work for LOTS I - II 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 ines involving primary and secondary lines 




xi. Telecommunication ducts

3.2 The scope of work for LOT III includes:
i. Site Clearance
ii. Construction of 370m3 Cesspool
iii. Provision and laying of 1550m of diameter 400mmconcrete Pipe.
iv. Excavation, Removal and disposal of effluent sludge at the bed of a stream and dsposal 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 subniitthe following pro-qualification documents:
a. Evidence of incorporation of the Company with Corporate Affairs Commisson (CAC) including Articles and Memorandum of  Association of the company and up to date Annual returns with the CAC (forms C02 & 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 following:
i) Tax Clearance Certificate for the last three (3) years supplied with the compay'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 shareholderor has any pecuniary interest in any of the relevant committees of the FCDA or BPR
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 Industriai 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. Auditted accounts ot the Bidder for the last three (3 years) duly endorsed by a firm of Chartered Accountants.
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 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 applicabie 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 I II 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 (1) No. Asphalt Pavers
(vii) One (1) No. Concrete Batching Plant
(viii) Five (6) Nos. Water Tankers
(ix) One (1) Nos. Diesel Tankers
lx) 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 III 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





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. Companys policy on Community Social Responsibility with verifiable evidence.
p. Only Companies with a minimum of N2 billion (Two Billion Naira) annual turn-over in the last three years should apply for prequalification.

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:  “PREQUALIFICATION TO TENDER FOR THE PROVISION OF ENGINEERING INFRASTRUCTURE TO (SPECIFY LOT NUMBER AND PROJECT DESCRIPTION)".
The pre-qualification documents should be submuted 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 nvited to lender for the project. Others may know their performance by a formal request to the Acounting Officer of FCDA.
ii. interested Companies are responsible for the registration, timely and stife submission of their pre-q uaiification documents means of delivery notwithstanding
iii. The Authority shall carry out Due Diligence on the companies to verify claims included their submissions.
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 to 4. 1 (a-o) should be arranged as LISTED
Industry

;
Category

;
State

;