Invitation to Tender For Drilling of Solar Powered Bore-Roles and Execution of Associated Water Supply Ancillary Works in Six (6) Councils Under Federal Capital Territory Administration

Posted by Chinyere on Tue 18th Sep, 2012 - nigeriantenders.com






Federal Capital Territory Administration (FCTA)
Satellite Towns Development Agency (STDA)

The Federal Capital Territory Administration (FCTA), through the Satellite Towns Development Agency (STDA) intends to procure the under listed projects within the year 2012. In line with 2007 Procurement Act, the Agency is inviting competent and interested companies to submit Tender for the Provision of Solar-Powered Water Supply Bore-holes complete with all ancillary works, installation of Solar Pump and Erection of Overhead Water 1nk in selected villages under the Six (6) Area Councils of Federal Capital Territory (FCT). The locations of the projects are as tabulated below:

Tile Projects

FCT Area Councils

FCT VILLAGES

Location 1

Location 2

Location 3

Abuja Municipal Area Council (AMAC)

Package: AMACL1
Iddo - Maji

Package: AMAC L2
Tunga Nasara

Package: AMAC L13
Karshi Affordable Housing Site 1

Dwarf Area Council (BAC)

Package: BACL1
Deidel Abattoir

Package: BAC L2
Paye Primary School

Package: BACL3
Mopol Quarters Jibi

Gwagwalada Area Council (GAC)

Package: GACL1
Gwako -1

Package: BAC L2
Anagada

Package: GAC L3
New Kalda

Kwali Area Council (KWAC)

Package: KWAC
Lambata

Package: KWAC L2
Checheyi

Packace KWAC L13
Dabi/Bobota

Abaji Area Council (AAC)

Package: AAC LI
Gurdi

Package: AAC L2
Dogoruwa

Package: AAC L3
Ebagi

Kuje Area Council (KAC)

Package: KACL1
Gafere (Lamininga)

Package: KAC L2
Sabo (Kwaku)

Package: KAC L3
Darka (Udunkarya)


A. Scope of Works:
The scope of Works required are as follows:
i. Geophysical/ Geological Survey to ascertain a good positioning of the Borehole within the Village;
ii. Submission of Geophysical / Geological Report;
iii. Borehole Drilling;
iv. Water supply Reticulations and Plumbing Works;
v. Solar Powered Electrical Installations;
vi. Supply and Erection of Overhead Tank

B. Pre-Qualification Requirements
Eligibility Requirements (without which the firm shall be disqualified)

(i) Evidence of Registration of the Company with Corporate Affairs Commission (CAC);
(ii) Tax Clearance Certificate for the last 3 years expiring December, 2012;
(iii) Evidence of compliance with the Provision of Pension Reform Act 2004 which stipulate Registration and up to date Remittance of employee Pension Fund contributions in line with Part IV, section 16 subsection 6d of the Public Procurement Act, 2007;
(iv) Evidence of Firm1s Contributions to Industrial Training Fund (ITF) as provided in the ITF Act 2011 as amended.

Other Requirements
v) Corporate Profile of the Company including CYs of key personnel and evidence of having at least a Registered Geologist having Current Registration with Council of Nigerian Mining Engineers and Geoscientists (COMEG) and / or Nigerian Mining and Geoscientists Society (NMGS);
(vi) Information on Company’s registered address, functional contact email address and GSM phone number(s);
(vii) Evidence of up to date Annual returns with CAC (2011);
(viii) Documentary evidences of similar jobs successfully executed; Only Letters of Awards, Job Completion Certificates and I or Valuation Certificates shall be considered as evidences;
(ix) Evidence of having relevant Equipment for the project;
(x) A Sworn Affidavit, in line with the provision of Part IV, Section 16, subsection 6(e & f) of the Public Procurement Act, 2007, certifying as follows:

a. The company is not in receivership, insolvency or bankruptcy
b. 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.
c. That no officer of FCTA or BPP is a former or present Director or Shareholder of the company.
d. That there has been no promise of a gift in any form to any of the FCTA or BPP staff.

C. Collection Of Tender Documents
Interested companies are to collect Tender Documents from the Office of the Secretary, FCTA Tenders Board, Room 043, Block B (Former Public Building Block), FCTAV Secretariat, Area 11, Garki – Abuja upon the presentation of a payment of N20,000.00 per package of interest (Twenty Thousand Naira only) non-refundable Tender Fee into FCT Treasury Revenue Account at V Fidelity Bank (Central Area) Account No: 051503010000426.

Submission and Opening of Tender Documents
The Technical (Pre-qualification) and Financial bid as appropriate separately, and the two separate envelopes shall be put in documents should each be sealed and labeled ‘Technical and Financial bids’ another envelope that should a1s be sealed and labeled as:” Provision of Solar-Powered Water Supply Bore-holes (stating the Project title)” at __________ (Package ___). The financial bids should be submitted in three [3] copies [one original and two other copies] and all pages are to be duly endorsed by the authorized representative of the bidder. The document is to be dropped in the Tender Box in Room 043 (Former Public Building Block), FCTA Tenders Board Secretariat, Area 11, Garki - Abuja. The representatives of the bidding companies and members of the public who choose to attend are invited to witness the opening of the tenders on the same day by 12:00 noon at FCT Tenders Board Annex, Room G9 Akinola Aguda Hall, FCT Archives & History Bureau, Behind AGIS Building, Peace Drive, Area II, Garki, Abuja.

Closing Date
10:00am 31st October, 2012.

Please note that:
i. Due Diligence could be carried out on the companies to verify claims included in the submissions;
ii. interested members of the Public especially Civil Right Organization are invited to attend the opening exercise. They are expected to adhered to the Code of Conduct for Public Procurement Observers stipulated by the Bureau of Public Procurement
iii. A company is not allowed to bid for more than two (2) Packages. A company that violates this rule shall automatically be disqualified.
iv. Only Financial Bids of the pre-qualified company shall be opened for further consideration;
v. Response to this invitation shall not obligate FCTA /STDA to consider any responding company for the award of any contract. All cost incurred shall be borne by the responding company;
vi. The advert should not be construed as a commitment on the part of the FCTA / STDA, nor shall it entitle responding companies to seek any indemnity from FCTA /STDA by virtue of such company having responded to this advert.

Signed
Management
Industry

;
Category

;
State

;