Expression Of Interest Are Invited For Construction Of Internal And External Directional Posts And Display Boards 3 Eligibility Requirements3 1 The Ministry In Compliance With The Provisions Of The Public Procurement Act 2007 And The Public Procurement Regulations For Works Goods And Services Will Carry Out Pre Qualification Shortlisting Of Companies Consultants That Respond To This Advertisement Based On The Following Requirements A Evidence Of Certificate Of Incorporation Issued By Corporate Affairs Commission Cac Including Forms Ca2 7B Evidence Of CompanyS Current Annual Returns To Cac For Categories A B CC Evidence Of Current Tax Clearance Certificate For The Last Three 3 Years 2016 2017 And 2018 Valid Till 31St December 2019 D Evidence Of Current Pension Compliance Certificate Valid Till 31St December 2019 E Evidence Of Current Industrial Training Fund Itf Compliance Certificate Valid Till 31St December 2019 F Evidence Of Current Nigeria Social Insurance Trust Fund Nsitf Compliances Certificate Valid Till 31St December 2019G Evidence Of Registration On The National Database Of Federal Contractor Consultant And Service Providers By Submission Of Interim Registration Report Irr Expiring On 31 1 2020 Or Valid Certificate Issued By BppH Unabridged Company Audited Annual Report For The Immediate Past Three 3 Years 2016 2017 2018 I For Joint Venture Partnership Memorandum Of Understanding Mou Should Be Provided Cac Tax Clearance Certificate Pension Compliance Certificate Itf Compliance Certificate Nsif Compliance Certificate Irr Sworn Affidavit Are Compulsory For Each Jv Partner J A Sworn Affidavit Disclosing Whether Or Not Any Officer Of The Relevant Committees Of The KingS College 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 That No Partner Director Have Been Convicted In Any Country For Criminal Offences Related To Fraudulent Or Corrupt Practices Or Criminal Misrepresentation Or Falsification Of Facts Relating To Any Matter That The Company Does Not At The Time Of This Bid Have Any Existing Loan Or Financial Liability With A Bank Other Financial Institutions Or Third Party That Is Classified As Doubtful Non Performing Bad Or Whose Re3payment Portion Has Been Outstanding For The Last Three Months That All The Submitted Documents Are Genuine And Up To DateK Evidence Of Particulars Of Directors 3 2 Local Content Safety And Social Responsibility For Categories A To CI Indicate The Quantum Of Verifiable Employment To Be Generated Stating Projected Numbers And Specialties For Skilled Qualification And Unskilled Non Professional Manpower Ii Submit Verifiable Key Management Positions That Are Nigerian Nationals And The Percentage Of The CompanyS Total Workforce That Will Be Beneficial To Youth Employment And Community Development In Nigeria Iii All Bidders Should Include Description Of Current Health Safety And Environment Hse Procedures Plan Manuals And Hse Performance Statistics Over The Last 3 Years Including Hse Manuals And Accident Statistics For The Past Five 5 Years AndIv Submit A Plan On How To Give First Consideration To Services Provided From Within Nigeria Raw Materials And Manufactured Goods Of Nigerian Origin In Line With The Requirement Of Nigeria ContentV State The Proposed Social Benefits To Be Accrued To The Host Communities Where Projects Services Are Domiciled 4 0 Specific Requirements For EvaluationI In Addition To The Requirements Stipulated In 3 1 To 3 2 Bidders Are To Fulfill The Under Listed Requirements 4 1 Category A Roads BridgesA Annual TurnoverBidders Must Have An Average Annual Turnover Of Ten 10 Billion Naira As Evidenced In The Tax Clearance Certificate In The Last Three 3 Years 2016 2017 2018 B Bidders ExperienceBidders Must Be A Prime Contractor On At Least Two Projects Of Similar Nature Magnitude And Complexity Comparable To The Works Under Consideration Within The Last Five Years Copies Of Letters Of Award Certificates Of Completion To Be AttachedC Plant And EquipmentVerifiable Evidence That The Bidders Have The Requisite Plants And Equipment To Execute Project Of The Nature And Complexity Including Asphalt And Quarry Plants In The Geopolitical Zone Of The Project Bided For D Financial CapacityEvidence Of Access To Or Availability Of Credit Facilities Confirmed By A Reputable Equivalent Of One Billion Naira Net Of Other Contractual Commitments Of The Successful Bidders Shall Be Required E ManpowerCompany Profiles With Cvs Of Key Professionals Including Photocopies Of Relevant Academic And Professional Qualifications With Attestation Of Availability And Contact Phone Numbers Evidence Of Registration With Relevant Regulatory Professional Bodies E G Coren Arcon Corbon Qsrbn F Evidence Of FirmS Registration Wit Relevant Professional Body Such As Coren Arcon Corbon Qsrbn Surcon Etc G Maximum Number Of LotsBidders Must Restrict Their Submission Of Bids To A Maximum Of One Lot In This Category Located In A Geopolitical Zone Where They Are Already Mobilized And Which They Have Comparative Advantage In Terms Of Logistics And Community Social Relations4 2 Category B Roads BridgesA Annual TurnoverAverage Annual Turnover Of Two Billion Five Hundred Thousand Naira N2 500 000 000 00 As Evidenced In Tax Clearance Certificate In The Last Three Years 2016 2017 2018 B Bidders ExperienceExperience As A Prime Contractor On At Least Two Projects Of Similar Nature And Complexity Comparable To The Works Under Consideration Within The Last Five Years Copies Of Letters Of Award Certificates Of Completion To Be AttachedC Plant And EquipmentEvidence That The Bidders Have The Requisite Plants And Equipment To Execute Project Of This Nature And ComplexityD Financial CapacityEvidence Of Access To Or Availability Of Credit Facilities Certified By A Reputable Banker Equivalent Of Five Hundred Million Naira N500 000 000 Oo Net Of Other Contractual Commitments Of The Successful Bidder Shall Be RequiredE ManpowerCompany Profiles Wit Cvs Of Key Professionals Including Photocopies Of Relevant Academic And Professional Qualifications With Attestation Of Availability And Contact Phone Numbers Evidence Of Registration With Relevant Regulatory Professional Bodies E G Coren Arcon Corbon Qsrbn Surcon F This Is Exclusive Of Nigerian FirmsG Maximum Number Of LotsBidders Must Restrict Their Submission Of Bids To A Maximum Of One Lot Located In A Geopolitical Zone Where They Are Already Mobilized 4 3 Category C Roads And BridgesA Annual TurnoverAverage Annual Turnover Of Five Hundred Million Naira N500 000 000 00 As Evidenced In Tax Clearance Certificate In The Last Three Years 2016 2017 2018 B Bidders ExperienceExperience As A Prime Contractor On At Least Two Projects Of Similar Nature And Complexity Comparable To The Works Under Consideration Within The Last Five Years Copies Of Letters Of Award Certificates Of Completion To Be Attached C Plant And EquipmentEvidence That The Bidders Have The Reputable Plants And Equipment To Execute Project Of This Nature And ComplexityD Financial CapacityEvidence Of Access To Or Availability Of Credit Facilities Certified By A Reputable Banker Equivalent Of Fifty Million Naira N50 000 000 00 Net Of Other Contractual Commitments Of The Successful Bidder Shall Be Required E ManpowerCompany Profiles With Cvs Of Key Professional Including Photocopies Of Relevant Academic And Professional Qualifications With Attestation Of Availability And Contact Phone Numbers Evidence Of Registration With Relevant Regulatory Professional Bodies E G Coren Arcon Corbon Qsrbn F This Is Exclusive To Nigerian FirmsG Maximum Number Of LotsBidders Must Restrict Their Submission Of Bids To A Maximum Of One Lot In Each Category4 4 Technical Requirements For Bridges In Addition To The Requirements In 4 3 Applicants Must Be Specialist In Bridge Construction Rehabilitation And Shall Have The Following Minimum Criteria A Evidence Of Experience Related To The Projects Scope Of Works Which Must Be Described In Detail Namely Changing Of Expansion Joints Concrete Strengthening Changing Of Pot Bearings Post Tensioning Works Concrete Skin Repair Pavement Rehabilitation Corrosion Protection Measures Etc B Submit Method Statements And Provide Repair Techniques Related To Concrete Repair Works Which Must Comply With All Of The Necessary Technical Requirements And Must Be Properly Coordinated With Other Refurbishment Works Of The Bridge C Applicants Must Have Been Engaged In Active Business As A Concrete Repair Works And Bridge Rehabilitation Contractor For A Minimum Of Two Jobs Under The Name Of The Firm Applying For Prequalification And Must Provide Award Letters As Evidence D Applicants Must Be Provide All Information Pertaining To The Experience Of The Firm And To Its Specialist Engineers In Similar Type Of Works Provide Cvs E Evidence Of Having Access To Specialized Bridge Repair Material And Bridge Components Manufacturers And SuppliersF Capability For Batching Controlling Placing Finishing And Curing Concrete With Specialized Materials For The Resurfacing Of The Burnt Section Of The Bridge DeckG Evidence Of Having A Local Experience In The Same Type Of Works Within The Last Few Years In An Advantage4 5 Categories D E And F Other Works Goods And ServicesA Bidders ExperienceEvidence Of Previous Similar Jobs With Two Letters Of Awards In The Last Three Years 2015 2016 2017 B Plant And EquipmentVerifiable Evidence Of Proof Of Ownership And Or Lease Of The Construction Equipment Warehouse Required For The Successful Execution Of These Contracts Especially Categories D EC Financial CapacityEvidence Of Financial Capability By Submission Of Letter Of Reference From A Reputable Commercial Bank In Nigeria Indicating Commitment To Fund The Project When AwardedD Firms Registration With Professional BodiesEvidence Of FirmS Registration With Relevant Professional Body E G Naicom Insurance Ehorecon Cleaning Service Nitda Cpn Information Technology Coren Qsrbn Arcon Corbon Surcon Construction Nscdc Security Esvarbon Estate Surveying Etc E ManpowerKey Personnel With Evidence Of Registration With Professional Bodies Like Coren Qsrbn Arcon Surcon Corbon Toprec Niesv Cipsmin Etc F Note That Indigenous Companied Have An Advantage In These Categories 5 0 EnquiriesAll Enquiries Are To Be Directed To The Director Public ProcurementFederal Ministry Of Power Works And HousingWorks And Housing Headquarters Mabushi Abuja 6 0 Method Of SubmissionI Bids Must Be Prepared In English Language And Signed By The Official Authorized By The BidderIi Two Copies Of Technical Documents Expression Of Interest Eoi For All Categories Must Be Submitted On Or Before On Or Before 12 00 Noon On Monday 2Nd September 2019 Late Submissions Will Be Returned Un OpenedIii Bids For Categories A B C Are To Be Submitted At The Procurement Department Room 105 Block A 1St Floor Works Sector Fmpw H Mabushi Abuja Iv Bids For Categories D E And F Are To Be Submitted At The Conference Room 3Rd Floor Housing Block Fmpw H Mabushi Abuja7 0 Opening Of Eoi BidsI Eoi Technical Bid Documents Will Be Opened Immediately After The Deadline For Submission At 12 00 Noon On Monday 2Nd September 2019 At The Venue Stated In 6 Iii And Iv AboveIi Only Technically Shortlisted Bidders Will Be Invited For Collection Of Financial Bids And Request For Proposals Iii Companies Or Their Representatives Civil Societies Ngos Professional Bodies And Members Of The Public Are By This Notice Invited To Witness The Bids Opening Exercise8 0 Additional InformationSubject To The Provisions Of The Public Procurement Act 2007 Note That I The Ministry May Verify Any Or All The Claims Made By Applicants And Shall Disqualify Any Company Whose Claims Are Found To Be False In Addition To Other Sanctions That May Be Deemed Necessary Ii Bidders Who Have Worked For The Ministry An Have History Of Poor Performance Abandonment Termination And Or Prolonged Contract Execution Period Need Not Apply As Their Bids May Be Excluded From The Process In Line With Section 16 8 B Of The Ppa 2007Iii The Ministry Reserves The Right To Reject Any And Or All Prequalified Bidders At Its Sole Discretion And At No Costs Whatsoever In Line With Section 28 Of The Ppa 2007Iv All Costs Incurred In Responding To This Advert And Prequalifying For The Projects Shall Be Borne Solely By The Bidders V For Bidders Of The Projects In The Niger Delta Area And The North Eastern Geopolitical Zone It Is Required That They Present A Formal Undertaking That They Are Capable Of Working In The AreaVi None Compliance To Any Of The Above Instructions Will Lead To Disqualification AndVii This Advertisement Shall Not Be Construed As A Commitment On The Part Of The Ministry To Award Contract To Any BiddersViii All Documents For Submission Must Be Transmitted With Covering Forwarding Letter Under The Company FirmS Letter Head Paper Bearing Amongst Others The Registration Number Rc As Issued By Corporate Affairs Commission Cac Contact Address Telephone Number Preferably Gsm No And E Mail Address The Letterhead Paper Must Bear The Names And Nationalities Of The Directors Of The Company At The Bottom Of The Page Duly Signed By The Authorized Officer Of The Firm Signed Mohammed BukarPermanent SecretaryFederal Ministry Of Power Works Housing Works Housing Sector
Contact Information
Other Detail
View Notice Now...
Fill Detail for Getting Instant Access
Download Tender Document / Tender Notice
Dear Sir,
Warm Greetings from TenderDetail.com !!
We have received Tender Document request for the TDR No : 21960140
Tender Notice along with it's Attachments ( Tender Document / Scan Image of News Paper)
sent to your Email Address :.
Please check your email for Tender Document.