Invitation to Tender at the Federal Capital Development Authority (FCDA)

Posted by Future on Mon 21st Feb, 2022 - nigeriantenders.com


The Federal Capital Development Authority (FCDA) invites competent and interested companies to indicate interest by submitting tender documents for the following works:




The Federal Capital Development Authority (FCDA) was established by decree 6 of 1976 to oversee the infrastructural & physical development of the FCT.

Applications are invited for:

Title: Invitation to Tender - Procurement of Works, Goods and Services Under the 2021 Statutory Budget

Preamble
The Federal Capital Development Authority (FCDA) has provisions in the FY2021 FCT Statutory Budget for the Procurement of Works, Goods and Services.

Accordingly, competent and interested companies are hereby invited to submit either Technical or Technical and Financial bids for projects under Category A (Works), Category B (Goods) and or submit Expression of Interest (EOl) for the Proposals under Category C (Consultancy Services).

Reference Numbers
The Projects and Tender Identification Numbers are as follows:
  • Category A: Works:
    • WA/DES/01: Supply And Installation Of Integrated Light- Emitting Diodes With Nersky Along Sani Abacha Way (Northern Parkway, N8 & N9)
  • Category B: Goods:
    • Supply Of Survey Equipment:
      • GB/DSM/01: Supply Of Survey Equipment - Lot 1
      • GB/DSM/02: Supply Of Survey Equipment - Lot 2 
      • GB/DSM/03: Supply Of Survey Equipment - Lot 3
  • Category C: Consultancy Services:
    • CSC/DSM/01: Survey And Demarcation Of 1500 Plots Within Existing Bwari Area Council's Layout - Lot 1
    • CSC/DSM/02: Survey And Demarcation Of 1500 Plots Within Existing Amac Area Council's Layout - Lot 2
    • CSC/DSM/03: Survey And Demarcation Of 1000 Plots Within Existing Gwagwalada area Council's Layout - Lot 3
    • CSC/DSM/04: Survey And Demarcation Of 1000 Plots Within Existing Kuje Area Council's Layout - Lot 4
    • CSC/DSM/05: Survey And Demarcation Of 500 Plots Within Existing Kwali Area Council's Layout - Lot 5
    • CSC/DSM/06: Survey And Demarcation Of 500 Plots Within Existing Abaji Area Council's Layout - Lot 6
    • CSC/DSM/07: Survey And Demarcation Of Roads N11 From Ring Road 2 to Ring Road 4, N12 From Ring Road 2 to Ring Road 4, N16 From Ring Road 2 to Ring Road 4 - Lot 7
    • CSC/DSM/08: Survey Of Primary/Secondary Schools Comprising 20 Nos. Schools Within Gwagwalada, Kwali&Abaji Area Council - Lot 8
    • CSC/DSM/09: Provision Of Tertiary Survey Control Along Inner Northern Express Way From Ring Road 1 to Ring Road 4, N16 From Ring Road 2 to Ring Road 4, Northern Transit way (N2) From Ring Road 1 to Ring Road 4 - Lot 9
Scope of Work




Category A: Works (WA/DES/01):
  • Provision and Installation of Light-Emitting Diodes Lamps.
  • Provision and Installation of 12m Hot-dipped single arm Octagonal Galvanise Streetlight poles.
  • Provision and Installation of 12m Hot-dipped Double arms Octagonal Galvanise Streetlight poles.
  • Provision and Installation of 12m Hot-dipped flyover mounted Octagonal Galvanise Streetlight poles.
  • Provision and Installation of Reinforce concrete plinth for streetlight poles.
  • Provision and Installation of 4x25mm2 SWA Underground Armoured Cable.
  • Provision and Installation of Streetlight accessories.
Category C: Consultancy Services (layout, Perimeter and Control Extension - CSC/DSM-01-09):
  • Physical Demarcation of Boundaries of Plots using the setting out Data from Department of Surveying and Mapping, FCDA.
  • Monumentation using cast in-situ concrete survey beacons,
  • Determination of the coordinate of all points in UTM.
  • Connection of all Survey to existing ground control within the environment with linear accuracy of not below SURCON specifications
  • Plotting to be drawn using tracing fil in accordance to FCT Standard Sheet Numbering System.
  • Final Survey Data on Excel
Pre-Qualification Requirements / Expression of Interest Requirements
Items to be provided for projects under categories A. B & C (works, Goods and Consultancy Services):

Interested Companies/Firms are invited to submit the following pre-qualification/Expression of interest documents. Eligibility Requirements {Without which the Company/Firm shall be disqualified (Applicable to Categories A - C):
  • Evidence of Incorporation of the Company with Corporate Affairs Commission (CAC) by inclusion of Certificates of Incorporation, Articles and Memorandum of Association of the company and up to date Annual return with the CAC (forms CO2 & C07 to be included).
  • Detailed Company profile.
  • Audited Accounts of the Company for the last three (3) years (2019, 2020 & 2021) duly endorsed by a firm of Chartered Accountants or Auditors.
  • The Company should in addition show the following:
    • Evidence of Company Income's Tax Clearance Certificate for the last three (3) years valid till 31st December, 2022;
    • Evidence of Pension Clearance Certificate valid till 31st December, 2022 (this requirement is only applicable to bidders whose number of staff is 15 and above);
    • Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2022 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder's annual turnover is N50m and above);
    • Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2022;
    • Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2022 or valid Certificate issued by BPP.
  • A current Sworn Affidavit with respect to this advertisement disclosing:
    • That the Company is not in receivership, insolvency or bankruptcy.
    • That the Company does not have any Director who has been convicted by any Court in Nigeria or any other country for criminal offence in relation to fraud or financial impropriety.
    • Disclosing whether or not any officer of the relevant committees of the Federal Capital Development Authority or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars.
  • Reference letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed.
  • All documents for submission must be transmitted with covering/ forwarding letter under the Company's/Firm's Letter Headed Paper bearing among others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferable GSM Number), and E-mail Address, The Letter Headed Paper must bear the Names and Nationalities of the Company at the bottom of the page, duly signed by the authorized officer of the firm.
  • Bidders should not bid for more than TWO (2) lots (CSM/DSM/0109).
Additional Eligibility of Pre-Qualification / Expression of Interest Requirements for Categories A and C (Works & Consultancy Services):
  • Only Companies with a minimum of N500million (Five Hundred Million Naira) annual turnover in the last three (3) years (2019, 2020 and 2021) need to apply for project number WA/DES/(01).
  • Evidence of current Firms and Key Personnel Registration enlistment with Surveyors Registration Council of Nigeria (SURCON)Applicable to Projects numbers Layout, Perimeter and Control Extension (CSC/DSM 01-09) & Supply of Survey Equipment (GB/DSM/01-03) Tili)
  • Evidence of Letter of Authorization as representatives Original Equipment Manufacturers (OEM) for Procurement of Survey Equipment (Applicable to Project GB/DSM (01-03).
Additional Pre-Qualification Requirements for Category A (Works):
  • Work Experience - The work experiences required are as follows (WA/DES/01):
    • 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 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.
  • Equipment:
    • 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 (Applicable to Projects Numbers WA/DES/(01).
  • The minimum numbers of equipment/facilities specifically required for the projects in Category A (WA/DES/01) are as follows:
    • Two (2) Cable Drum Jack
    • Two (2) Crane Mounted Bucket Lifts
    • One (1) Cable Crimping Machine
    • Electrical Testing Equipment such as BOKV Hypotronics Megger, Earth-Resistant Tester etc
    • An evidence of ability to carry out material testing.
    • Electrical tool bus.
  • Technical Personnel:
    • For Projects Numbers WA/DES/(01) only) the list of key technical personnel required stating their roles, designation, qualification and years of experience in their Curriculum Vitae with the guarantee that a minimum of five (5) relevant COREN Registered Electrical, Civil Engineers and other relevant disciplines shall be deployed to the project. Copies of Educational and Professional Certificates to be attached shall be endorsed by the owners.
Additional Expression of Interest Requirements for Category C (Consultancy Services):
  • Work Experience:
    • Evidence of similar consultancy work previously executed within the last five (5) years with FCDA and or other similar Organization. Copies of Award letter(s), Interim Certificate(s) and Job Completion Certificate(s) {Applicable to Project Numbers Layout, Perimeter and Control Extension (CSC,DSM (01-09) & Purchase of Survey Equipment (GB/DSM/01-03).
  • Technical Personnel:
    • List of key relevant professionals with their qualifications who would be deployed on the work. Copies of Educational and Professional Certificates to be attached shall be endorsed by the owners.(SURCON) (Applicable to Project Number Layout, Perimeter and Control/ Extension (CSC/DSM 01-09)
  • Equipment and Facilities:
    • A functional and well equipped Survey office with minimum number of verifiable equipment and facilities as listed below (Applicable to Project Number CSC/DSM (01-09): Laptops (3), Desktops (2), Printers (2), Scanners (2), Photocopiers (2), Plotters (1), Relevant Software for Surveying and Engineering Disciplines (3), Total Station (1)
  • History of Company's policy on Community Social Responsibility (Applicable to Categories A, B & C).
Collection of Documents




Interested companies are to collect, submit Tender Documents in accordance with the Schedule of Collection, Submission and Opening of Tender documents on as indicated below. Upon presentation of evidence of payment of Non-Refundable Tender Fee of N10,000 (Ten Thousand Naira) Only for the respective projects of interest in Category B-Goods Bumber GB/DSM/01 - 03 through REMITA.

How to make Payment:
  • Access the e-Collect on platform via www.remita.net
  • Click on "Pay TSA & States
  • Click on "Federal Capital Development Authority"
  • Click on "Who do you want to pay and enter the name of the Secretariat, 'Department or Agency of your choice. You can enter "Abuja""FCDA" or "FEDERAL" to provide a drop down list of SDAs, where you can now select your preferred.
  • Click on "name of service/purpose' to display a drop down list of service types provided by the SDA and select your choice.
  • Enter other payment details as required and click "SUBMIT" to generate Remita Retrieval Reference (RRR).
  • Select any preferred electronic payment channel Card, Internet banking, USSD, Wallet, Phone Number or select Bank Branch to walk to any closest bank branch of your choice to complete your payment)
  • Payers will be issued an electronic receipt following payment, which shall be presented to FCDA Revenue Division to collect FCDA Revenue Receipt. If you have any query or require any assistance on making payment to FCDA, please contact the Department of Finance and Admin, FCDA.
Submission of Documents
The completed Tender shall be submitted in a hard copy and an Electronic Copy (PDF format on CD) of the Technical Bid and shall be placed in a sealed envelope "stating the project title Tender identification Number" and the Lot Number. Then two (2) copies of the Financial Bid shall be signed and sealed separately and placed in a bigger envelope clearly marked "Financial Bid" and with a warning "Do not open at the same time with the Technical Bid".

The envelopes containing the Technical and Financial Bids shall be placed into an outer sealed envelope clearly marked "Tender for..........and" stating the project Tender Identification Number" (Applicable to Projects Numbers WA/DES/01).

The Pre-qualification (Works)/Expression of Interest documents (Services) should be in sealed separate envelopes clearly marked "Original Copy" and "Duplicate Copy" with the following inscription: "Pre-Qualification / Expression of Interest for.......... and stating the Project Tender Identification Number: (Applicable to Works and Consultancy Services)

All documents should be addressed and delivered to:
The Executive Secretary,




Federal Capital Development Authority (FCDA),
No. 8 Ayangba Street,
Area II, Garki,
F.C.T - Abuja.

Notes
  • All claims must be substantiated with verifiable facts.
  • Bids/Expression of Interest submitted after the deadline for submission would be returned un-opened.
  • Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents means of delivery notwithstanding
  • The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions.
  • Documents provided in response to items 3.1(a-g)-3.34&3.5 (Category A Only) and 3.1(a-h)-3.34& 3.5 (Category A &C) must be arranged as LISTED.
  • Presence of bidders/representatives and members of the public shall not be required during the bid opening ceremony in compliance with COVID-19 Guidelines. The Bids Opening will be covered by video recording (invitation link will be sent to bidders to join the bid opening online) with the physical presence of two (2) representatives of private sector professional bodies and Civil Society Organisation in the areas of Anti-Corruption/Transparency;
  • Bid documents can also be collected in soft copies and Bidders can submit through Post Courier Services);
  • Goods & Works: Only pre qualified bidders at technical evaluation will be invited at a later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened
  • Services: Only shortlisted firms will be invited at a later date for collection of Request for Proposals;
  • Disclaimer: The Management is not bound to pre-qualify/shortlist any bidder and reserves the right to annul the procurement process at any time without incurring any liabilities and assigning any reason thereof.
  • Any company or firm that pays to any person(s)/account other than through remita above does so at is own risk.
  • Please note that submission of fake documents is a fraudulent practice punishable under the relevant laws.
Schedule for Collection, Submission and Opening of Tender Documents

S/N Category/Project ID Number
Tender Fee
 
Deadline Closing (Time and date for submission)




 
Address for Collection of Tender Documents
 
Address for Submission of Bids/Pre-Qualification/EOI Documents
 
Date/TIme of Tender Opening
 
Venue for Bids/Pre-Qualification/EOI Opening




 
1
Category A (WA/DES/01)
 
Pre-Qualification
 
12:00 noon, Monday 21st March, 2022
 
FCDA Procurement Department (Ground Floor) Wing 'A' Room 0.013, FCDA Headquarters (Opp. NTA) Area 11, Garki, Abuja.
FCDA Procurement Department (Ground Floor) Wing 'A' Room 0.013, FCDA Headquarters (Opp NTA), Area 11, Garkl, Abuja.




 
12:00 noon, Monday 21st March, 2022
 
FCDA Headquarters Canteen, Ground Floor (Opp. NTA), Area 11, Garki, Abuja.
2
Category C (CSC/OSM/01)
 
Expression of Interest (EOI)
 
12:00 noon, Monday 21st March, 2022




 
FCDA Procurement Department (Ground Floor) Wing 'B' Room 0.50, FCDA Headquarters (Opp. NTA), Area 11, Garki, Abuja.
 
12:00 noon, Monday 27th March, 2022
 
3
Category B (GB/DSM/01-03)
 
N10,000.00
12:00 noon, Monday 4th April, 2022




 
FCDA Procurement Department (Ground Floor) Wing 'B' Room 0.50, FCDA Headquarters (Opp. NTA), Area 11, Garki, Abuja.
 
12:00 noon, Monday 4th April, 2022
Industry

;
Category

;
State

;