Tenders are invited for Special Repairs/Maintenance of Beach and Link Bridges Sunrises Bus Stop along Papa Oworonshoki-Oki Dual Carriageway within Lagos Ii West in Lagos Date Added: April 3, 2024 Deadline: 07/05/2024 Category: Construction & Engineering, Rehabilitation/Renovation Prospective bidders must possess the following eligibility criteria to be able to participate bidding process: i. Colour copy of Evidence of incorporation with Corporate Affairs Commission (CAC) as Limited/Public Liability Company including copy of certified Memorandum and Articles of Association as well as forms CAC 2 and CAC 7.or MEMERT ii. Colour copy of Company Tax Clearance certificate for the last three (3) years valid till 31st December 2024; iii. Colour copy of Evidence of Pension Clearance Certificate valid till 31st December, 2024 (this requirement is only applicable to bidders whose number of staff is 15 and above). iv. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2024 ; (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidders annual turnover is N50m and above); v. Colour copy of NSITF Compensation Act compliance certificate valid till 31st December 2024. vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP; vii. A Sworn Affidavit dated not earlier than 2nd April, 2024 indicating that all documents submitted are genuine and verifiable : viii. A sworn affidavit dated not earlier than 2 April, 2024 that none of the directors or the Company itself has been convicted of any criminal offence in any country including financial impropriety. ix. A sworn affidavit dated not earlier than 2nd April, 2024 that the bidder is not in receivership, the subject of any form of winding up petition or proceeding Inclusion of verifiable evidence of equipment and technology capacity or lease agreement relevant to the project. x. Inclusion of verifiable evidence of equipment and technology capacity or lease agreement relevant to the project. xi. Inclusion of verifiable list of previous similar works successfully carried out within the last three years with names of client, evidence of award letter(s). Last Interim Certificate of valuation for project or job completion certificate. xii. Company profile including organizational structure, key professional staff with their names, and telephone numbers, emails, at least one of which must be registered with their relevant bodies (i.e COREN, QSRBN, CORBON, ARCON. CCNA, etc) with 2024 Practicing License. xiii. Audited annual financial report of the company for the last three years (2021. 2022 and 2023) xiv. Evidence of financial strength including recent reference letter from reputable bank indicating willingness to provide credit facility for the execution of the project in addition to evidence of a turnover of at least N30m in the last three years (2021, 2022 and 2023). xv. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner) xvi. The offer must be properly signed. xvii. All schedules provided in bid documents must be completed xviii. All bids must be submitted in English language. xix. Inclusion of the complete FERMA Standard Bidding document correctly and completely filled and signed appropriately. Interested Bidders are to obtain RRR code per lot that will enable them to generate Remita to process its payment in the commercial bank. This RRR will be generated at the Finance and account department (Revenue section) Ground Floor of the agency Headquarters before proceeding to make payment of a non-refundable sum of Ten Thousand Naira (N10,000.00) only per lot in favour of Federal Roads Maintenance Agency consequent upon which a treasury receipt is to be issued at the Reverie Office, Accounts Department, Ground Floor of the FERMA Headquarters after the presentation of evidence of payment from any of the CBN licensed Commercial Banks. Bidders are then to collect Bidding documents after showing original treasury receipt and thereafter submit the Photostat copies of treasury receipt between the hours of 10.00am and 4.00pm, Mondays to Fridays from Tuesday April 2nd 2024 from: The Assistant Director (Procurement) Federal Roads Maintenance Agency (FERMA) Headquarters Annex Building. No 7 Eldoret Close. Off Aminu Kano Crescent, Wuse 11-Abuja Ground Floor, Room GF 003 Interested bidders are to submit their bid(s) for each of the Lot(s) desired in two (2) hard copies (one clearly marked Original at the bottom right hand corner and one clearly marked Copy at the bottom left hand corner). Each of the technical and financial bids packaged separately in sealed envelopes and clearly marked as Technical Bid or Financial Bid Thereafter, put the two sealed envelopes together in a bigger sealed envelope and addressed to. THE MANAGING DIRECTOR, FEDERAL ROADS MAINTENANCE AGENCY, PLOT 163, AMINU KANO CRESCENT, WUSE II, ABUJA. ATTENTION: DIRECTOR (PROCUREMENT) and clearly marked on the top left hand comer CONFIDENTIAL and top night hand corner TENDER FOR (indicate Lot No./Project Description/Contract No.) Note: i. All jobs for category A will not attract bid security ii. Bidders should not bid for more than two (2) Lots in this category; iii. The works may not attract advance payment iv. Contractors who have worked for the Agency and have history of abandonment, termination and/or lack capacity need not to apply. v. All BEME/BOQ issued by the Agency must be clearly hand filled without alteration or modification. vi. The Agency shall carry out Due Diligence on the companies to verify claims included in their submissions vii. All documents for bids submission must be transmitted with a Covering Forwarding Letter under the Company/firms Letter Headed Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address (Not P.O. Box), Telephone Number (Preferably GSM Number) and E-mail Address: The letter Headed Paper must bear the Names and Nationalities of the Directors of Company, duly signed by the authorized officer of the Company. viii. Only correctly addressed bids will be received. ix. The Agency will not enter into unnecessary correspondence with any Contractor except when deemed fit and in the interest of the bid. x. All costs incurred by any Company in respect of this advertisement are at her own expense and the Agency shall not entertain any claim whatsoever in this regard. xi. The Agency reserves the right to verify any claim made by any of the Bidders. xii. The Agency reserves the right to suspend or cancel the bidding process at any stage if and when the need arises in line with Section 28 of the Public Procurement Act 2007. xiii. Late submissions will be rejected. Tender Link : https://etenders.com.ng/federal-roads-maintenance-agency-ferma-headquarters-invitation-for-tender-for-general-maintenance-repairs-of-some-federal-roads-nationwide-category-a/
|