Federal Ministry of Education Federal Government college, Kaduna

The Federal Government College, Malali-Kaduna is desirous to implement its 2016 CAPITAL APPROPRIATION in compliance with the Public Procurement Act 2007. The College invites interested, competent, reputable and qualified contractors, with relevant experience and good track records necessary for the execution of these projects

2016 CAPITAL PROJECTS (WORKS/GOODS)
LOT No.    PROJECT TITLE DESCRIPTION    LOCATION
i.    Construction of 2 Nos Blocks of
6 classrooms each with VIP
Toilets (Annexture ‘A’         F.G.C. Kaduna
Ii    Completion of 2 No. Abandoned Boys’
Hostel (Annexture B)         F.G.C. Kaduna
Iii    Construction of 1 No Additional Girls
Hostel with VIP Toilets and Bathrooms
(Annexture C)         F.G.C. Kaduna
iv.    Construction of 1 No. Annex-Dining
Hall for students (Annexture E)     F.G.C. Kaduna
v.    Construction of 1 No. English
Language laboratory (Annexture G)     F.G.C. Kaduna
Vi    Construction of 1 No. Mathematics
Laboratory         F.G.C. Kaduna
Vii    Rehabilitation of 2 Nos Giant steel
overhead water tanks and the purchase
of 1 No. 15KVA Diesel Generator
for the borehole. (Annexture D)     F.G.C. Kaduna
Viii    Rehabilitation of 1 No Boys Hostel and
1 No. Girls Hostel (Annexture F)     F.G.C. Kaduna
ix    Renovation of 4 Nos. Duplex –Staff
Quarters (Annexture I)          F.G.C. Kaduna
x    Renovation of 1200 metres-access
ring road within the school premises
(Annexture K)         F.G.C. Kaduna
xi    Procurement of 300 No office tables
and chairs for staff ( Annexture J)     F.G.C. Kaduna

MANDATORY REQUIREMENT WITHOUT WHICH A BIDDER SHALL BE DISQUALIFIED FROM FURTHER PARTICIPATION
Prospective bidders are required to submit the following documents:
i.    Certificate of Incorporation/Registrations with Corporate Affairs Commission (C.A.C)
ii.    Certificate of compliance from PENCOM in accordance with the Pension Reform Act, 2004. No document from any PFA will be accepted.
iii.    Tax clearance Certificate for the last three (3) years 2013, 2014 & 2015) corresponding with declared turnover.
iv.    VAT Registration with TIN NO
v.    Certificate of Compliance with Industrial Training Fund (ITF) in accordance with the provision of ITF Amendment Act 2011.
vi.    Certificate of compliance with Financial Reporting Council of Nigeria (FRCN)
vii.    Certificate of Compliance with National Social Insurance Training Fund (NSITF), and
viii.    Submission of an Interim Registration Report (IRR) from Bureau of Public Procurement (BPP) AS evidence  of registration on the National Database of contractors, consultants and service providers in line with section 5(n) and 6(1) (f) of the Public Procurement Act 2007
OTHER REQUIREMENTS:
Xi.     Company Audited Accounts for the last three (3) years (2013, 2014 & 2015) showing annual turnover.
x.     Company profile and Technical qualification of key personnel with evidence of experience on similar jobs
xi.     Evidence of Registration with Relevant Professional Bodies (for Architects, Civil Engineers, and Quantity Surveyors etc) is mandatory for construction works;
xii.     Detailed company profile evidencing its care business on years of experience, relevant experience in assignment of similar nature. References that can attest to successful completion, key personnel available for the assignment, and any other information that may show the consultants ability to carry out the assignment satisfactorily. (Consultancy Services).
xiii.     List of verifiable construction equipment, with proof of ownership of lease agreement (for works only).
xiv.     Verifiable list of similar jobs successfully executed in last three (3) years including letters of Award of Contracts, projects costs, job completion certificates and payments (please provide contract addresses of the clients).
xv.     Evidence of financial capability to execute the projects (Bank Guarantees from reputable banks will form part of the evaluation criteria).
xvi.     A sworn affidavit conforming that all information presented and attached are true and correct of the company and that no officer of the Federal Ministry of Education is a former or present Director, shareholder or has any pecuniary interest in the bidder

TENDER DOCUMENTS
Tender Documents are obtainable in the school upon presentation of payment receipt (payment made to FGC Kaduna-051702601500, through the Treasury Single Account (TSA), of a non-refundable fee of Twenty five Thousand Naira (N25, 000) only

SUBMISSION OF COMPLETED PRE-QUALIFICATION DOCUMENTS
The completed pre-qualification document must be submitted in separate and sealed envelopes with the name(s) of the project(s) for which documents are submitted, marked clearly on the envelopes Prequalification documents should be addressed and submitted to: The Secretary School Tender Board (S.S.T.B), Federal Government College Malali- Kaduna

CLOSING OF SUBMISSION
Submission of bidding documents close on Monday 29th August, 2016 by 12.00noon and the opening of tender commences immediately

OPENING OF TENDER
Bids will be opened immediately after the deadline for the submission of bids in the Conference room (Step B) of the College,

Date: Monday 29th August, 2016
Time: 12,00 Noon
Venue: Conference Room (Step-B Office, FGC Kaduna)

Please Note
This advertisement should not be considered as a contract award or any commitment on the part of the college.

The college is not bound to consider a specific tender and shall not engage in any unnecessary correspondence on the matter.

SIGNED
MANAGEMENT