Federal Capital Territory Administration (FCTA)
Addendum to Specific Public Procurement Notices
The attention of the General Public is hereby drawn to the amendments made in the Specific Procurement Notices as fo1lows:
1. The Procurement published in the Federal Tenders Journal, Tribune and Central Post Newspapers of 1st October, 2012 for the Establishment of Plant Nursery and Botanical Planting at Pegi (Lot PG 2) and Acquisition of Light E pent and Tools for Plant No at Pegi (Lot PGI)have been Stepped Down.
2. The Procurement published in Daily Trust, Tribune and Central Post Newspapers of I7 September, 2012 and Federal Tenders Journal of 17th September and 1st October, 2012 for Development of Markets at Gwagwalada and Bwari, Establishment of Vocational and Training Centre at Apo Resettlement Site (Lots BCM1, BCM2, BC1, P62, P61) and Expression of Interest for Post Contract Consultancy Services wider the Satellite Towns Development Agency (STDA) have been Restructured and Repackaged as follows:
A. The Projects:
1) Development of Market at Gwagwalada
Lot BCGM1 - Construction of Administrative Block.
Lot BCGM2 - Construction of 2No. Warehouse.
Lot BCGM3 - Construction of Informal Sector Hall.
Lot BCGM4 - Construction of 2No. Type ‘1’ Shops A & B.
Lot BCGM5 - Construction of 2No. Type ‘1’ Shops C & D.
Lot BCGM6 - Construction of Fence and 2No. Gate Houses.
Lot BCGM7 - Construction of Restaurant and Public Toilet
Lot BCGM8 - Construction of 2No. Type 2 Shops A& B.
Lot BCGM9 - Construction of 2No. Type’2’ Shops C & D.
2) Development of Market at Dutse-Alhaji in Bwari Area Council.
Lot BCRM1 - Construction of Administrative Block.
Lot IICBM2 - Construction of 2No. Warehouses.
Lot BCBM3 - Construction of Informal Sector Hail.
Lot RCBM4 - Construction of 2No. Type ‘1’ Shops A & B.
Lot BCBM5 - Construction of 2No. T’pe’1’ Shops C &D.
Lot BCBM6 - Construction of Fence and 2No. Gate Houses.
Lot BCBM7 - Construction of Restau.ant and Public Toilet
Let BCBM8 - Construction of 2No, Tjpe 2’ Shops A& B.
Lot BCBM9 - Construction of 2No. T’pe 2’ Shops C & 0. -
3) Establishment of Youth Development And Vocational Training Centre in Apo Resettlement Site.
Lot BCVT1 - Construction of 1No. Workshop Type A.
Lot BCVF2 - Construction of 1No. Workshop Type B.
Lot BCVT3 - Construction of 1Nn. Multi-Purpose Hall.
Lot BCVT4 - Construction of 1No. Hostel Block.
4) Establishment of Plant Nursery At Abuja @ 30 Village in Kpegi
Lot CWPN1 - Construction of Full Water Reticulation with Modern Irrigation Network.
Scope:
2No. 50m3 Overhead Tanks
1No. 180m3 Underground Tank
4No. Boreholes
Installation of Drippers and Sprinklers.
Laying of Pressure Pipes and other Accessories.
Lot CWPN2 - Construction of Production Area
Scope:
- 2No. Green House for Vegetable
- 2 Hectares Open Air Planting
Lot CWPN3 - Construction of Perimeter Mesh Wire Fencing and Gate House
Lot BCPN1 - Construction of Office Block
Lot BCPN1 - Construction of Workshop and Store Block
B. Pre-Qualification Requirements:
Eligibility Requirements (without which a Company shall be disqualified)
- Evidence of Registration of the Company with Corporate Affairs Commission (CAC);
- Tax Clearance Certificate for the last 3 years expiring December, 2012;
- 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;
- Evidence of Firm’s compliance with the provisions of Industrial Training Fund (ITF) Act as amended;
C. Additional Requirements
- Corporate Profile of the firm including Company’s registered address, functional contact e-mail address and contact OSM phone numbers(s);
- Evidence of Academic and Professional Qualifications of the Company’s key personnel endorsed by the individual professional complete with their respective Curriculum Vitae.
- Evidence of up to date Annual Returns with CAC (2011);
- Verifiable Evidence of similar projects executed in Nigeria (only award letters, certificates of valuation, completion certificates will be considered);
- Chartered Accountant prepared Audited Account for the last three (3) years;
- List of equipment for the project whether owned or to be hired; complete with proof ownership and / or Lease;
- Evidence of Financial Capability including Company’s Current Bank Reference and Statement of Account for the last 12 months; Only companies with a minimum Annual Turnover of Nl0 Million (Ten Million Naira) should apply;
- Compliance with Local Content Requirements and History of Company’s Policy and Community Social Responsibility;
- A sworn Affidavit certifying as follows:
- The company is not in receivership, insolvency or bankruptcy;
- 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;
- That no officer of STDA or BPP is a former or present director or share holder of the company;
- That there has been no promise of a gift in any form to any of the STDA or BPP state.
5) Expression of Interested (EoI) for Post Contract of Engineering Consultancy Services.
Lot EPC5: Post Contract Supervision for the Construction of Bwari-Kau Road;
Lot EPC6: Post Contract Supervision for the Construction of ONEX-Bwasi Road;
Lot EPC7: Post Contract Supervision for the Construction of Township Roads in AMAC and Bwari Area Councils
Lot EPC8: Post Contract Supervision for the Construction of Township Road in Gwagwalada and Kuje Area Councils;
Lot EPC9: Post Contract Supervision for the Construction of Township Roads in Kwall and Abaji Area Councils;
Lot EPC10: Post Contract Supervision for the Construction of Karshi-Are Road;
Lot EPC11: Post Contract Supervision for the Construction of Gwagwalada-Dobi-Izom Road;
Lot EPC12: Post Contract Supervision for the Construction of Kuje-Gaube Road;
Lot EPC13: Post Contract Supervision for the Construction of Mpape-Galuwyi Shere Road
Lot EPC14: Post Contract Supervision for the Construction of Karshi-Apo Road;
A. Scope of Services:
- The scope of services required is as follows:
- Provision of Resident Supervision for the Construction of the Roads.
- Review of Engineering Design as required
- Production of Progress Reports.
B. Eligibility Requirements
- Evidence of Registration of the firm with Corporate Affairs Commission (CAC);
- Tax Clearance Certificate for the last 3years expiring December, 2012;
- 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;
- Evidence of Firm’s Contributions to Industrial Training Fund (ITF);
- Evidence of firm current registration with COREN;
- Evidence of firm’s valid Practicing License (2012) issued by COREN (Expatriates only);
C. Additional Requirements
- Corporate Profile of the firm including CVs of key personnel, registered address, functional contract e-mail address and GSM phone number(s);
- Evidence of Registration of Key Personnel with COREN;
- Evidence of up to date Annual returns with CAC (2011);
- Evidences of similar jobs successfully executed or being executed;
- xi. Sworn affidavit in line with the provision of Part TV, Section 16, subsection 6(e& I) of the Public Procurement Act, 2007;
- Evidences of Technology capacity/equipment/ relevant software for the project;
- Evidences of compliance with local content requirements,
6) Collection of Tender Documents for Projects 1-4
Interested companies are to collect Tender Documents from the Office of the Secretary. FCTA Tenders Board, Room 043, Block B (Former Public Building Block), FCFA Secretariat, Area 11, Garki-Abuja upon the presentation of a payment of N20,000.00 (Twenty Thousand Naira only) per Lot non-refundable Tender Fee into FCT Treasury Revenue
Account at Fidelity Bank (Central Area) Account No: 051503010000426.. -
7) Closing Date
26th November, 2012
8) Submission and Opening of Tender Document
The Technical (Pre-qualification) and Financial bid documents in respect of Projects 1 -4 should each be sealed and labeled ‘Technical and Financial bids’ as appropriate separately and the two separate envelopes shall be put in another envelope that should also be sealed and labeled as:” Construction of __________ (stating the Project Title)” at______ .me 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), FCFA Tenders Board Secretariat, Area II, Garki Abuja, not later than 10:00am 26th November, 2012, being six (6) weeks from the date of this publication. The Documents for Expression of Interest for Post Contract Consultancy Services are lobe submitted in Three (3) copies (One Original two photocopies) each should he sealed and labeled as Expression of interest for Post Contract Consultancy Services for (as appropriate). All pages to be duly endorsed by representative of the firm. The documents are to be dropped in the Tender Box in Room 043 Wormer Public Building Block), FCTA Tenders Board Secretariat, Area ii, Garki - Abuja, not later than 10:00am 29th October, 2012, being two (2) weeks from the date of this publication. The representatives of the bidding Companies/Firms and members of the public who choose to attend are invited to witness the opening of the tenders on the respective closing dates by 12:00 noon at PCI Tenders Board Annex, Room G9 Akinola Agisda Hall, PCI Archives & History Bureau, Behind AGIS Building, Peace Drive, Area II, Garkl, Abuja.
Please Note That:
- Due Diligence could be carried out on the companies to verify claims included in the submissions;
- 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
- 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;
- 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 FCFA/STDA by virtue of such company having responded to this advert.
- Company is not allowed to quote for more than two (2) Lots. Violation of this rule could attract disqualification.
Signed
Management