FEDERAL CAPITAL TERRITORY ADMINISTRATION (FCTA), ABUJA has floated a tender for Procurement of Utility Vehicles for Abuja Geographic Information Systems (AGIS). The project location is Nigeria and the tender is closing on 15 Apr 2024. The tender notice number is G1 AGISS23 01, while the TOT Ref Number is 98402156. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Nigeria

Summary : Procurement of Utility Vehicles for Abuja Geographic Information Systems (AGIS)

Deadline : 15 Apr 2024

Other Information

Notice Type : Tender

TOT Ref.No.: 98402156

Document Ref. No. : G1 AGISS23 01

Competition : ICB

Financier : Self Financed

Purchaser Ownership : Public

Tender Value : Refer Document

Purchaser's Detail

Purchaser : FEDERAL CAPITAL TERRITORY ADMINISTRATION (FCTA), ABUJA
Area 11, FCTA Secretariat, 1 Kapital Rd, Garki, Abuja 900103, Federal Capital Territory, Nigeria Phone: +234 809 993 6312
Nigeria

Tender Details

Expression of Interest are invited for Procurement of Utility Vehicles for Abuja Geographic Information Systems (AGIS)

Date Added: March 6, 2024
Deadline: 16/04/2024
Category: Supply of Vehicles, ICT and Software, Security Services & Gadgets

All interested companies are to submit copies of the following documents and the original to be made available for sighting during due diligence exercise.
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7 or business name is acceptable for consultancy services;
b) Evidence of Company-s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years valid till 31st December 2024;
c) 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).
d) 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 bidder-s annual turnover is N50m and above. However, bidders with less than five (5) staff or the bidder-s annual turnover less than 50M are to provide a Sworn affidavit to that effect);
e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2023;
f) 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;
g) A recently sworn affidavit disclosing (date not earlier than the date of this advertisement and addressed to FCTA);
• disclosing whether or not any officer of the relevant committees of the Federal Capital Territory Administration (FCTA) or Bureau of Public Procurement (BPP) 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 director has been convicted by any court in Nigeria and any county for any criminal offence relating to fraud or financial impropriety.
• That the company is not in receivership, insolvency or bankruptcy.
h) Company-s Audited Accounts for the last three years (2021, 2022 &2023) stamped/sealed by a chartered accountant
i) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed. The letter should be addressed to the FCT Administration.
j) Company-s profile with the curriculum Vitae of key staff to be deployed for the project, including copies of their academic/professional qualifications such as COREN, QSDRBN, ARCON, CORBON etc;
k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of awards, valuation certificates, job completion certificates and photographs of the projects;
l) List of Plants/Equipment with proof of Ownership/Lease agreement;
Note: All documents for submission must be submitted with a Covering/Forwarding letter under the Company-s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address. The letter head 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.

Note:
i. Late submissions will be returned un-opened;
ii. This advertisement to tender shall not be construed to be commitment on the part of the FCT Administration and its SDAs nor shall it entitle the bidder to make any claim whatsoever and seek any indemnity from the FCT Administration and its SDAs by virtue of having responded to the advertisement;
iii. Applicants should be very clear about the Lot being bided for;
iv. Tenders Register must be signed on the submission of bid(s)
v. The FCT administration through its respective SDA, shall disqualify any bid which does not conform with bidding instructions;
vi. Due diligence would be carried out on companies to verify claims included in the bids submitted;
vii. That the submission of fake documents is a fraudulent practice punishable under the relevant laws;
viii. Bidders/representatives, private sector professional bodies, civil society organization in the areas of Anti-corruption/Transparency and members of the public are invited to witness the bid opening ceremony.
ix. Goods, Non-consultancy services & Works: Only pre-qualified bidders at technical evaluation will be invited at later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
x. Consultancy Services: Only shortlisted firms will be invited at a later date for collection of Request for Proposals
xi. A bid security in form of Bank Guarantee from a reputable Nigerian Bank and whose value is not less than 2% of the tender sum shall be submitted with tender sum greater than N100 Million for Category of GOODS CONSULTANCY/NON-CONSULTANCY SERVICES and N300 Million for WORKS Category in the format as approved in the Standard Bidding Document;
xii. Successful companies may be requested to provide Performance Guarantee/Bond, whose value shall not be less than 10% of the Contract Sum before signing the contract;
xiii. The FCTA is not bound to pre-quality any bidder and reserves the right to annul the Procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act 2007.
xiv. On this publication, clarifications can be sort from room 045, FCT procurement department, Block B, FCTA Secretariat, Area 11 - Abuja

Documents

 Tender Notice