FERMA Adverts 2018

 

FEDERAL ROADS MAINTENANCE AGENCY (FERMA)

HEADQUARTERS

Plot 163, Aminu Kano Crescent, Wuse II – ABUJA

REQUEST FOR EXPRESSIONS OF INTEREST FOR THE SELECTION OF CONSULTANTS

INTRODUCTION:

The Federal Roads Maintenance Agency (FERMA) is desirous of engaging Consultants for the execution of consultancy services as provided in the 2018 Appropriation Act. In line with provisions of the Public Procurement Act 2007, FERMA hereby invites suitably qualified consultants with good track records to express interest in the underlisted projects

Package I: MONITORING AND EVALUATION (M&E)

LOT PROPOSED PROJECT LOCATION CONTRACT NO.
 1 DEPLOYMENT OF A RESPONSIVE BUT ORGANIZATION-WIDE M&E  SYSTEM ON A DIGITAL PLATFORM TO THE FEDERAL ROADS MAITENANCE AGENCY(FERMA) FERMA HQ M&E/18-01

SCOPE OF WORKS

The Scope of works  for package I includes, but not limited to:

a. Development and Deployment Of a Robust GIS Enabled Cloud-Based Platform, design to help the Agency manage assigned assets.

b. Strategic planning session on existing framework for Monitoring, Evaluation and Impact Assessment(MEI), Discussing Perceived shortcomings and consolidating on past successes as well as proposing solutions in terms of expanding the capacity and scope,

c. Deploying a Data Collection and Software Management tool for Monitoring and Evaluation for FERMA Projects targeted at all schedule and supervising officers in the directorate cadre.

Package ii: PRESS/MEDIA

LOT PROPOSED PROJECT LOCATION CONTRACT NO.
1 ENGAGEMENT OF CONSULTANT FOR THE

PRODUCTION AND AIRING OF FERMA PUBLIC

ENLIGHTENMENT TELEVISION PROGRAMME

TAGGED “EYE ON THE ROAD”

FERMA HQ PR/18-03

 The Scope of works  for package II includes, but not limited to:

(a.)  Historical overview of the Road, (b)Previous intervention efforts and short comings, (c)Socio-economic activities along the roads, (d)the reason for the present intervention, (e)the major components of present intervention(scope of work, expected users’ behavior for durability,(e.g road abuse) etc

ELIGIBILITY CRITERIA

Prospective bidders must possess the following eligibility criteria to be able to participate in the bidding process:

i. Colour copy of evidence of incorporation with Corporate Affairs Commission (CAC) as a Limited/Public Liability Company including copy of certified Memorandum and Articles of Association as well as forms CAC 2 and CAC

ii. Colour copy of Company Tax Clearance Certificate for the last three (3) years (2015, 2016 & 2017) valid till 31st December 2018

iii. Colour copy of evidence of current Pension Compliance Certificate valid till 31st December, 2018

iv. Colour copy of current ITF (Industrial Training Fund) compliance certificate valid till 31st December 2018.

v. Colour copy of NSITF Compensation Act Compliance Certificate valid till 31st December 2018.

vi. Evidence of registration on the National Database of Contractors, Consultants and Service Providers by inclusion of Interim Registration Report (IRR) issued by BPP valid till 1st January, 2019

vii. A sworn affidavit dated not earlier than 11th March 2019 indicating that all documents submitted are genuine and verifiable.

viii. A sworn affidavit dated not earlier than 11th March 2019 that none of the directors nor the Company itself has been convicted of any criminal offense in any country including financial impropriety.

ix. A sworn affidavit dated not earlier than 11th March 2019 that the bidder is not in receivership, the subject of any form of winding up petition or proceeding.

x. Inclusion of verifiable evidence of equipment and technology capacity.

xi. Inclusion of verifiable list of previous similar works successfully carried out within the last five years with names of client, evidence of award letter(s) and job completion certificate.

xii. Evidence of successful investment/involvement in road engineering robotics and technical competence in road maintenance management in the last three (3) years.

xiii. Company profile including organizational structure, key professional staff with their names, and telephone numbers, emails, at least one of which must be a COREN registered Engineer with 2018 Engineers Practicing License and or Association of Consulting Engineers in Nigeria (ACEN) as an Engineering Consultancy Services Provider.

xiv. List of technical (Engineering) staff with a minimum of two (2) certified engineering  Professionals with COREN and the Project Management institute (PMI). (xii – xiv applicable to package I only)

xv. Audited annual financial report of the company for the last three years (2015, 2016 and 2017)

xvi. Evidence of financial strength, credit worthiness to the tune of not less than N15m/bank reference in addition to evidence of a turnover of at least N10m in the last three years (2015, 2016 and 2017).

xvii. The offer must be properly signed.

xviii. All schedules provided in bid Request for Expression Of Interest (EOI) for consultancy must be completed.

xix. All bids must be submitted in English language.

 

COLLECTION OF REQUEST FOR EXPRESSION OF INTEREST (EOI) FOR CONSULTANCY SERVICES:

Interested Bidders are to collect Bidding documents between the hours of 10.00am and 3.00pm, Mondays to Fridays from 11th March 2018 from:

The Deputy Director (Procurement)

Federal Roads Maintenance Agency (FERMA)

Headquarters Annex Building;

No. 7 Eldoret Close, Off Aminu Kano Crescent.

Wuse II-Abuja.                                                                 

Ground Floor, Room GF 003

SUBMISSION/OPENING OF EXPRESSION OF INTEREST (EOI) FOR CONSULTANCY SERVICES:

Interested bidders are to submit their bid(s) for each of the Lot(s) desired in two (2) hard copies. The bid should be clearly marked “Expression of Interest Original” at the bottom right hand corner of the first envelope and the second clearly marked “copy” at the bottom Left hand corner). Each of bid for Expression of Interest (EoI) must be packaged separately in sealed envelopes and 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 corner ‘’CONFIDENTIAL’’ and top right hand corner “TENDER FOR_______ (indicate Lot No./Project Description/Contract No.)_________”.

Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and hand delivered not later than 12 noon of 25th March 2019, to the Office of the Deputy Director (Procurement), FERMA Headquarters Annex Building, No. 7 Eldoret Close, Off Aminu Kano Crescent, Wuse II-Abuja. Ground Floor, Room GF 003.

All Bids will be publicly opened immediately following the deadline for the submission of bids at 12:00 noon of  25th March 2019 at the FERMA Conference Room, 2nd floor FERMA Headquarters, Plot 163, Aminu Kano Crescent, Wuse II, Abuja. The Federal Roads Maintenance Agency will not be held liable for misplaced or wrongly submitted bids.

The Representatives of Companies that submitted bids, Representatives of Professional Bodies and the Civil Societies are invited to witness the bid opening exercise.

 

Please note that:

i. All Services will not attract  Bid Security.

ii. The Services may not attract advance payment.

iii. All Procurements attract a minimum guarantee as specified in the Request for Expression of Interest.

iv. Consultants who have worked for the Agency and have history of abandonment, termination and/or lack capacity need not apply.

v. Only correctly addressed bids will be received.

vi. The Agency will not enter into unnecessary correspondence with any Consultants except when deemed fit and in the interest of the bid.

vii. 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.

viii. The Agency reserves the right to verify any claim made by any of the Bidders.

ix. 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.

x. Late submissions will be rejected.

xi. Only short-listed firms will be contacted.

NON ADHERENCE TO ANY OF THE INSTRUCTIONS ABOVE ATTRACTS AUTOMATIC DISQUALIFICATION.

 

 

Signed:

MANAGEMENT

 

FEDERAL ROADS MAINTENANCE AGENCY (FERMA).

HEADQUARTERS

Plot 163, Aminu Kano Crescent, Wuse II – ABUJA

INVITATION FOR TENDER

GENERAL MAINTENANCE REPAIRS OF SOME ZONAL INTERVENTION ROADS

INTRODUCTION:

In pursuance of the extant guidelines of the Public Procurement Act 2007, the Federal Roads Maintenance Agency (FERMA) in furtherance to her statutory mandate is desirous of carrying out General Maintenance of some Zonal intervention roads. To this effect, suitably qualified Contractors with good track records are invited to apply for TENDER FOR GENERAL MAINTENANCE REPAIRS OF SOME ZONAL INTERVENTION ROADS.  

SCOPE OF WORKS

The Scope of works includes, but not limited to:

Site clearance, desilting of existing drains and culverts, construction of new drains and culverts, scarification of failed sections, earth works on completely failed areas, general bridge maintenance, protective works, kerbs, laterite/cement stabilized sub base, crushed stone base course, asphaltic concrete binder and wearing courses, surface dressing, side drains, road markings and other road furniture.

 LIST OF PROJECTS

LOT PROPOSED PROJECTS LOCATION CONTRACT NO.
1 CONSTRUCTION OF LOOGUN FEDERAL POLY ROAD,EDE, IN OSUN WEST SENATORIAL DISTRICT.OSUN STATE OSUN GM/18-426
2 REPAIR OF COTTAGE JUNCTION TO OKE GADA ROAD,EDE IN OSUN WEST SENATORIAL DISTRICT OSUN STATE OSUN GM/18-427

 

ELIGIBILITY CRITERIA

Prospective bidders must possess the following eligibility criteria to be able to participate in the bidding process:

i. Colour copy of evidence of incorporation with Corporate Affairs Commission (CAC) as a Limited/Public Liability Company including copy of CAC’s certified Memorandum and Articles of Association as well as forms CAC 2 and CAC 7.

ii. Colour copy of Company Tax Clearance Certificate for the last three (3) years (2015, 2016 & 2017) valid till 31st December 2018.

iii. Colour copy of evidence of current Pension Compliance Certificate valid till 31st December, 2018.

iv. Colour copy of current ITF (Industrial Training Fund) compliance certificate valid till 31st December 2018.

v. Colour copy of NSITF Compensation Act Compliance Certificate valid till 31st December 2018.

vi. Evidence of registration on the National Database of Contractors, Consultants and Service Providers by inclusion of Interim Registration Report (IRR) issued by BPP valid till 1st January, 2019

vii. A sworn affidavit dated not earlier than 11th March, 2019 indicating that all documents submitted are genuine and verifiable.

viii. A sworn affidavit dated not earlier than 11th March, 2019 that none of the directors nor the Company itself has been convicted of any criminal offense in any country including financial impropriety.

ix. A sworn affidavit dated not earlier than 11th March, 2019 that the bidder is not in receivership, the subject of any form of winding up petition or proceeding.

x. Inclusion of verifiable evidence of equipment and technology capacity.

xi. Inclusion of verifiable list of previous similar works successfully carried out within the last five years with names of client, evidence of award letter(s) and job completion certificate(s).

xii. Company profile including organizational structure, key professional staff with their names, and telephone numbers, at least one of which must be a COREN registered Engineer with 2018 Engineers Practicing License.

xiii. Audited annual financial report of the company for the last three years (2015, 2016 and 2017).

xiv. Evidence of financial strength, credit worthiness to the tune of not less than N15m/bank reference in addition to evidence of a turnover of at least N30m in the last three years (2015, 2016 and 2017).

xv. The offer must be properly signed.

xvi. All schedules provided in bid documents must be completed.

xvii. All bids must be submitted in English language.

xviii. Inclusion of the complete FERMA Standard Bidding document correctly and completely filled and signed appropriately.

 

COLLECTION OF TENDER DOCUMENTS

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 Revenue Office, Accounts Department, Ground Floor of the FERMA Headquarters after presentation of evidence of payment from any of the CBN licensed Commercial Banks.

Bidders are then to collect Bidding documents after showing original and Photostat copies of payment receipt between the hours of 10.00am and 3.00pm, Mondays to Fridays from  Monday 11th March, 2019 from:

 The Deputy Director (Procurement)

 Federal Roads Maintenance Agency (FERMA)

Headquarters Annex Building;

No. 7 Eldoret Close, Off Aminu Kano Crescent.

Wuse II-Abuja.

Ground Floor, Room GF 003

 

SUBMISSION OF TENDER DOCUMENTS:

Interested bidders are to submit their bid(s) for each of the Lot(s) desired, 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 corner ‘’CONFIDENTIAL’’ and top right hand corner “TENDER FOR_______ (indicate Lot No./Project Description/Contract No.)_________”. Furthermore, the reverse of each sealed envelope should have the name and address of the bidder

 CLOSING/OPENING DATES

i. All bids should be hand delivered not later than 12noon of Thursday 25th April, 2019 to the Office of the Deputy Director (Procurement), FERMA Headquarters Annex Building, No. 7 Eldoret Close, Off Aminu Kano Crescent, Wuse II-Abuja. Ground Floor, Room GF 003.

All Bids in this Category will be publicly opened immediately following the deadline for the submission of bids at 12:00noon of Thursday 25th April, 2019 at the FERMA CONFERENCE HALL, 2nd flood, plot163 Aminu Kano Crescent, Wuse II, Abuja. The Federal Roads Maintenance Agency will not be held liable for any misplaced or wrongly submitted bids.

The Representatives of Companies that submitted bids, Representatives of Professional Bodies and the Civil Societies are invited to witness the bid opening exercise.

Please note that:

i. All jobs  will not attract  bid security

ii. The Construction works may not attract advance payment.

iii. Construction works attract a minimum guarantee period of 12 months for road works

iv. Contractors who have worked for the Agency and have history of abandonment, termination and/or lack capacity need not apply.

v. Only correctly addressed bids will be received.

vi. The Agency will not enter into unnecessary correspondence with any Contractor except when deemed fit and in the interest of the bid.

vii. 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.

viii. The Agency reserves the right to verify any claim made by any of the Bidders.

ix. 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.

x. Late submissions will be rejected.

NON ADHERENCE TO ANY OF THE INSTRUCTIONS ABOVE ATTRACTS AUTOMATIC DISQUALIFICATION

 

Signed:

MANAGEMENT

  

 FEDERAL ROADS MAINTENANCE AGENCY (FERMA).

HEADQUARTERS

Plot 163, Aminu Kano Crescent, Wuse II – ABUJA

INVITATION FOR TENDER

PROCUREMENT OF PROFESSIONAL STILL AND VIDEO CAMERA AND ACCESSORIES 

INTRODUCTION:

In pursuance of the extant guidelines of the Public Procurement Act 2007, the Federal Roads Maintenance Agency (FERMA) in furtherance to her statutory mandate is desirous of procuring equipment for the sole purpose of enhancing road maintenance activities nationwide. Consequently, suitably qualified Contractors with good track records are invited to apply for TENDER FOR PROCUREMENT OF PROFESSIONAL STILL AND VIDEO CAMERA AND ACCESSORIES

SCOPE OF WORKS

The Scope of works includes, but not limited to;

Procurement and delivery of Professional Video Camera and Accessories Procurement and delivery of Professional Still Camera And Accessories.

Procurement and delivery of Additional Camera Accessories

LIST OF PROJECT (PRESS/MEDIA)

LOT PROJECT DESCRIPTION LOCATION CONTRACT NO.
1 PROCUREMENT OF PROFESSIONAL STILL VIDEO  AND CAMERA AND ACCESSORIES FERMA HQ PR/18-04

  ELIGIBILITY CRITERIA

Prospective bidders must possess the following eligibility criteria to be able to participate in the bidding process:

  1. Colour copy of evidence of incorporation with Corporate Affairs Commission (CAC) as a Limited/Public Liability Company including copy of CAC’s certified Memorandum and Articles of Association as well as forms CAC 2 and CAC 7.
  2. Colour copy of Company Tax Clearance Certificate for the last three (3) years (2015, 2016 & 2017) valid till 31st December 2018
  3. Colour copy of evidence of current Pension Compliance Certificate valid till 31st December, 2018
  4. Colour copy of current ITF (Industrial Training Fund) compliance certificate valid till  31st December 2018.
  5. Colour copy of NSITF Compensation Act Compliance Certificate valid till 31st December 2018.
  6. Evidence of registration on the National Database of Contractors, Consultants and Service Providers by inclusion of Interim Registration Report (IRR) issued by BPP valid till 1st January, 2019
  7. A sworn affidavit dated not earlier than 11th March, 2019 indicating that all documents submitted are genuine and verifiable.
  8. A sworn affidavit dated not earlier than 11th March, 2019 that none of the directors nor the Company itself has been convicted of any criminal offence in any country including financial impropriety.
  9. A sworn affidavit dated not earlier than 11th  March, 2019 that the bidder is not in receivership, the subject of any form of winding up petition or proceeding
  10. Inclusion of verifiable list of previous similar works successfully carried out within the last five years with names of client, evidence of award and job completion certificate
  11. Company profile including organizational structure, key professional staff with their names, and telephone numbers.
  12. Audited annual financial report of the company for the last three years (2015, 2016 and 2017)
  13. Evidence of financial strength, credit worthiness to the tune of not less than N15m/bank reference in addition to evidence of a turnover of at least N30m in the last three years (2015, 2016 and 2017).
  14. The offer must be properly signed.
  15. All schedules provided in bid documents must be completed.
  16. All bids must be submitted in English language.
  17. Inclusion of the completed FERMA Standard Bidding document correctly and completely filled and signed appropriately.

COLLECTION OF TENDER DOCUMENTS

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 Revenue Office, Accounts Department, Ground Floor of the FERMA Headquarters after presentation of evidence of payment from any of the CBN licensed Commercial Banks.

Bidders are then to collect Bidding documents after showing original and photocopies of payment receipt between the hours of 10.00am and 3.00pm, Mondays to Fridays from Monday March 11th , 2019 from:

          The Deputy Director (Procurement)

          Federal Roads Maintenance Agency (FERMA)

          Headquarters Annex Building;

         No. 7 Eldoret Close, Off Aminu Kano Crescent.

         Wuse II-Abuja.

         Ground Floor, Room GF 003

SUBMISSION/OPENING OF TENDER DOCUMENTS:

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 right 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 third 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 corner ‘’CONFIDENTIAL’’ and top right hand corner “TENDER FOR_______ (indicate Lot No./Project Description/Contract No.)_________”.

Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and hand delivered not later than 12noon of Thursday 25th April, 2019 to the Office of the Assistant Director (Procurement), FERMA Headquarters Annex Building, No. 7 Eldoret Close, Off Aminu Kano Crescent, Wuse II-Abuja. Ground Floor, Room GF 003.

All Bids will be publicly opened immediately following the deadline for the submission of bids at 12noon of Thursday 25th April, 2019 at FERMA CONFERENCE HALL, 2nd flood plot 163 Aminu Kano Crescent, Wuse II, Abuja.. The Federal Roads Maintenance Agency will not be held liable for misplaced or wrongly submitted bids.

The Representatives of Companies that submitted bids, Representatives of Professional Bodies and the Civil Societies are invited to witness the bid opening exercise.

Please note that:

          All jobs will not attract bid security

          i. The Supply of goods may not attract advance payment.

          ii. Supply of goods attract a minimum guarantee period of 12 months.

          iii. Contractors who have worked for the Agency and have history of abandonment, termination and/or lack    capacity need not apply.

          iv. Only correctly addressed bids will be received.

          v. The Agency will not enter into unnecessary correspondence with any Contractor except when deemed fit and in the interest of the bid.

          vi. 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.

          vii. The Agency reserves the right to verify any claim made by any of the Bidders.

          viii. 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.

          ix. Late submissions will be rejected.

 

NON ADHERENCE TO ANY OF THE INSTRUCTIONS ABOVE ATTRACTS AUTOMATIC DISQUALIFICATION.

 

Signed:

MANAGEMENT

 

 

FEDERAL ROADS MAINTENANCE AGENCY (FERMA).

HEADQUARTERS

Plot 163, Aminu Kano Crescent, Wuse II – ABUJA

INVITATION FOR TENDER

PROCUREMENT OF OPERATION, MAINTENANCE AND REPAIR (OMR) OF STREET LIGHTING INSTALLATIONS  

INTRODUCTION:

In pursuance of the extant guidelines of the Public Procurement Act 2007, the Federal Roads Maintenance Agency (FERMA) in furtherance to her statutory mandate is desirous of procuring suitably qualified contractors for the Installations, Operation, Maintenance and Repairs (Omr) Of Street Lighting for the sole purpose of enhancing road maintenance activities. Consequently, qualified Contractors with good track records are invited to apply for TENDER FOR PROCUREMENT OF OPERATION, MAINTENANCE AND REPAIR (OMR) OF STREET LIGHTING INSTALLATIONS. 

SCOPE OF WORKS

The Scope of works includes and not limited to

Operation, Maintenance, Installation and Repairs of Street Lighting.

LIST OF PROJECTS

LOTS PROJECT DESCRIPTION LOCATION CONTRACT NO.
1 OPERATION, MAINTENANCE AND REPAIR (OMR) OF STREET LIGHTING INSTALLATIONS ALONG ABUJA-KADUNA EXPRESSWAY (ZUBA FLYOVER & RAMPS) AND EXTENSION. ABUJA ES/ELECT/18-14
2 OPERATION, MAINTENANCE AND REPAIR (OMR) OF STREET LIGHTING INSTALLATIONS ALONG KADUNA-ABUJA EXPRESSWAY (GONIN GORA) AND EXTENSION,KADUNA KADUNA ES/ELECT/18-15
3 OPERATION, MAINTENANCE AND REPAIR (OMR) OF STREET LIGHTING INSTALLATIONS ON NIGER BRIDGE DELTA STATE DELTA ES/ELECT/18-16

 

ELIGIBILITY CRITERIA

Prospective bidders must possess the following eligibility criteria to be able to participate in the bidding process:

i. Colour copy of evidence of incorporation with Corporate Affairs Commission (CAC) as a Limited/Public Liability Company including copy of CAC’s certified Memorandum and Articles of Association as well as forms CAC 2 and CAC 7.

ii. Colour copy of Company Tax Clearance Certificate for the last three (3) years (2015, 2016 & 2017) valid till 31st December 2018

iii. Colour copy of evidence of current Pension Compliance Certificate valid till 31st December, 2018

iv. Colour copy of current ITF (Industrial Training Fund) compliance certificate valid till 31st December 2018.

v. Colour copy of NSITF Compensation Act Compliance Certificate valid till 31st December 2018.

vi. Evidence of registration on the National Database of Contractors, Consultants and Service Providers by inclusion of Interim Registration Report (IRR) issued by BPP valid till 1st January, 2019

vii. A sworn affidavit dated not earlier than March 11th, 2019 indicating that all documents submitted are genuine and verifiable.

viii. A sworn affidavit dated not earlier than March 11th, 2019 that none of the directors nor the Company itself has been convicted of any criminal offense in any country including financial impropriety.

ix. A sworn affidavit dated not earlier than March 11th, 2019 that the bidder is not in receivership, the subject of any form of winding up petition or proceeding

x. Inclusion of verifiable evidence of equipment and technology capacity

xi. Inclusion of verifiable list of previous similar works successfully carried out within the last five years with names of client, evidence of award and job completion certificate

xii. Company profile including organizational structure, key professional staff with their names, and telephone numbers, at least one of which must be a COREN registered Engineer with 2018 Engineers Practicing License.

xiii. Audited annual financial report of the company for the last three years (2015, 2016 and 2017)

xiv. Evidence of financial strength, credit worthiness to the tune of not less than N15m/bank reference in addition to evidence of a turnover of at least N30m in the last three years (2015, 2016 and 2017).

xv. The offer must be properly signed.

xvi. All schedules provided in bid documents must be completed.

xvii. All bids must be submitted in English language.

xviii. Inclusion of the completed FERMA Standard Bidding document correctly and completely filled and signed appropriately.

COLLECTION OF TENDER DOCUMENTS

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 Revenue Office, Accounts Department, Ground Floor of the FERMA Headquarters after presentation of evidence of payment from any of the CBN licensed Commercial Banks.

Bidders are then to collect Bidding documents after showing original and photocopies of payment receipt between the hours of 10.00am and 3.00pm, Mondays to Fridays from Monday March 11th, 2019 from:

          The Deputy Director (Procurement)

          Federal Roads Maintenance Agency (FERMA)

          Headquarters Annex Building;

          No. 7 Eldoret Close, Off Aminu Kano Crescent.

          Wuse II-Abuja.

          Ground Floor, Room GF 003

 

SUBMISSION OF TENDER DOCUMENTS:

Interested bidders are to submit their bid(s) for each of the Lot(s) desired,  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 envelope sealed 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 corner ‘’CONFIDENTIAL’’ and top right hand corner “TENDER FOR_______ (indicate Lot No./Project Description/Contract No.)_________”. Furthermore, the reverse of each sealed envelope should have the name and address of the bidder

CLOSING/OPENING DATES

i. All bids should be hand delivered not later than 12noon of Thursday 25th April, 2019 to the Office of the Deputy Director (Procurement), FERMA Headquarters Annex Building, No. 7 Eldoret Close, Off Aminu Kano Crescent, Wuse II-Abuja. Ground Floor, Room GF 003.

All Bids in this Category will be publicly opened immediately following the deadline for the submission of bids at 12:00noon of Thursday 25th April, 2019 at the FERMA CONFERENCE HALL, 2nd flood, plot163 Aminu Kano Crescent, Wuse II, Abuja. The Federal Roads Maintenance Agency will not be held liable for any misplaced or wrongly submitted bids.

The Representatives of Companies that submitted bids, Representatives of Professional Bodies and the Civil Societies are invited to witness the bid opening exercise.

Please note that:

  1. All jobs will not attract bid security
  2. The Construction works may not attract advance payment.
  3. Construction works attract a minimum guarantee period of 12 months for road works
  4. Contractors who have worked for the Agency and have history of abandonment, termination and/or lack capacity need not apply.
  5. Only correctly addressed bids will be received.
  6. The Agency will not enter into unnecessary correspondence with any Contractor except when deemed fit and in the interest of the bid.
  7. 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.
  8. The Agency reserves the right to verify any claim made by any of the Bidders.
  9. 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.
  10. Late submissions will be rejected.

 

NON ADHERENCE TO ANY OF THE INSTRUCTIONS ABOVE ATTRACTS AUTOMATIC DISQUALIFICATION

 

Signed:

MANAGEMENT