EKITI STATE GOVERNMENT- INVITATION TO BID FOR THE FOUNTAIN COURT CONCESSION PROJECT

FOUNTAIN COURT CONCESSION BID
FOUNTAIN HOLDINGS LIMITED
EKITI STATE GOVERNMENT

  1. INTRODUCTION
    The Ekiti State Government has identified the need to commercialize selected State Owned Enterprises, to optimize value for the Government and people of Ekiti State. This project is also in line with the State Government’s strategic vision of attracting new investments and creating jobs.

The coordinator has been engaged by the Ekiti State Government, to manage the privatization process in accordance with the Ekiti State Public Procurement and Public Private Partnership Laws.

The coordinator now invites interested and credible Construction and Management Companies to participate in the bid process for the Fountain Court Concession Project

  1. PROJECT DESCRIPTION
    Fountain Court is situated at No 1 Oju Olobun Close Victoria Island Lagos State with a site area of 4,284 square metres (0.4284 hectares). It is located within a prime location, making it accessible to numerous routes. The site comprises of two main buildings and a recreational area, which includes a swimming pool, a squash court and a barbeque stand. The initial building comprises four (4) blocks of single bedroom building built over three (3) floors and used as a hotel. The other building is a single block of three (3) bedroom apartments built over four (4) floors.
    The Bid process is for proposals for a competent construction company to enter into a Concession Agreement with the Ekiti State Government (its nominated Agency or entity) for a period of fifteen (15) years, to renovate, repair, reconstruct, operate and manage the property under specified conditions
  2. WHO MAY APPLY:
    We are looking for a competent and credible construction company with a strong footprint. The prospective bidders must meet the following criteria;
    (a) Show adequate professional and technical qualifications, human resources, equipment and other physical facilities as necessary to carry out all the phases of the Project as appropriate;
    (b) Show financial ability, capacity and competence to manage the financial aspects of the Project and capability to sustain its financial requirements;
    (c) Show technical soundness and operational feasibility, compliance with environmental standards and quality of service and measures to ensure continuity; and
    (d) Show appropriate managerial and organizational capability, performance indicators and experience including previous experience in similar projects.
    Foreign companies will be required to demonstrate evidence of a local Nigerian
    partner that meet the criteria above as part of its submission.
    Bidders are to clearly indicate the category of the application on the front page of your tender application latter.
  3. PRE- QUALIFICATION REQUIREMENTS
    All interested bidders seeking to be considered must satisfy the following requirements specified below:
    (4.1) Detailed Company Profile with full details of company’s resume demonstrating capabilities;
    (4.2) Certificate of Incorporation (in Nigeria where applicable); Certified True Copies of Memorandum and Articles of Association;
    (4.3) Tender Application Letter on bidder’s letter headed paper, including name of contact person(s), company full address, email address, telephone number, duly signed and sealed/stamped;
    (4.4) Company Tax Clearance Certificate for the past three (3 years (2019, 2018 & 2017) for Nigerian Companies and similar tax certification documents for foreign companies;
    (4.5) Evidence of recent regulatory licences, permits, compliance or government approval to conduct construction activities or similar activities in Nigeria;
    (4.6) Audited Accounts for the past three (3) years (2019, 2018 and 2017), which bear the stamp of Audit Firm;
    (4.7) Evidence of VAT remittance for the past three (3) years (2019, 2018 & 2017) (where applicable);
    (4.8) Evidence of compliance with the Pension Reform Act by inclusion of current copy of current Pension clearance certificate (for Nigerian Companies or similar Certification documents for foreign companies);
    (4.9) Evidence of compliance with Industrial Training Fund (ITF), Nigerian Social Trust Fund (NSITF), and evidence of registration with the Bureau of Procurement (BPP), National Data base of Federal Contractors. Consultants and Service Providers (NDCCSPs) by inclusion of Interim Registration Report (IRR) (for Nigerian companies) and evidence of other social security contributions;
    (4.10) Evidence of verifiable similar services carried out within the last five (5) years;
    (4.11) Company’s Safety, Health and Environment policies, including safety records for accidents, incidents, injuries and damages for the past five (5) years;
    (4.12) Evidence of Certainty of Business Integrity and pre-signed undertaking to strictly comply with Nigerian Anti-Corruption Laws in processing the bid and executing the contract if successful;
    (4.13) Evidence of Financial capability (i.e. Bank Guarantee and/or ability to establish an Irrevocable letter of credit for the project);
    (4.14) Evidence of equipment and other relevant Infrastructure, and adequate qualified personnel to perform the obligations of the project;
    (4.15) Bidder’s must submit a sworn affidavit to support action as follows;
    (a) To allow verification of all claims made in your submission;
    (b) To allow verification that your organization is not in receivership, nor subject to any form of insolvency, or bankruptcy proceeding or the subject of any form of winding up petition or proceedings;
    (c) That your company does not have any director who hasbeen convicted in any country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
    (d) To confirm whether or not any at the members of the Board of relevant committees of the Ekiti State Government, Fountain Holdings or Bureau of Public Procurement (BPP) is a former of present director, shareholder or has any pecuniary interest in your company;
    (e) That all information presented in your bid are true and correct in all particulars.
    (4.16) Interested applicants must submit a detailed Nigerian Content execution strategy, clearly setting out Nigerian Content commitments in the areas of:
    (a) Insurance and legal services;
    (b) Banking and Financial services; and
    (c) Training and capacity building.
    (4.17) Any additional information relevant to enhance the Bid process.
  4. SUBMISSION OF BID DOCUMENTS
    (5.1) All completed Bids shall be sealed and submitted in Two (2) separate envelope clearly marked one Original, one Hard Copy & one Electronic Copy (Flash Drive). The bid shall also be duly signed by the bidder’s authorized representative and clearly marked;
    INVITATION TO PARTICIPATE: FOUNTAIN COURT CONCESSION BID
    (LOCAL CONTENT)
    (5.3) The Submission/closing date – All documents shall be addressed and submitted on or before Tuesday, 30 June, 2020 at 12 noon prompt to
    The Secretary
    Iron Capital (The Coordinator)
    24B Modupe Alakija Crescent
    Ikoyi
    Lagos State, Nigeria
    (5.4) All bids received shall be opened and endorsed Immediately following the deadline for submission in the presence of invited observers and bidders.
    (5.5) Due to the COVID – 19 epidemic, all bidders are invited to attend the Bid opening session that will hold electronically. Prior to the day scheduled for the Bid Opening all bidders are to:
    (a) Visit www.ironcapital.africa/index.html#fountaincourt, Click on the hyperlink “Fountain Court Concession Bid” , complete and submit and online form as directed on the website.
    (b) You shall receive a confirmation email requesting for submission of a scanned copy of the bidding company’s Tender Application Letter submitted and any other information /document as requested.
    (c) The Bid Opening online meeting details shall be sent to the bidding company’s staff email address provided in the online form after bid document has been submitted and received by the coordinator.
    (d) The meeting details sent shall give the bidding company’s representative access to the Bid Opening Session.
    (5.6) Please note that only bids submitted and received before the deadline for submission will be opened.
  5. IMPORTANT INFORMATION:
    It is hereby noted as follows:
    (6.1) Late submission shall be rejected.
    (6.2) All submissions shall be clearly arranged and numbered in the order listed above in a folder or binder.
    (6.3) All claims shall be verified for authenticity.
    (6.4) Only companies who submit the required information and meet the prequalification criteria shall be contacted after evaluation.
    (6.5) The coordinator shall deal directly with only authorized officers of the interested companies and not through individuals or agents.
    (6.6) All costs incurred by your company as a result of this invitation to and other associated cost in respect of this exercise shall be home solely by your company.
    (6.7) This tender process does not include any provision for transfer of assets.
    (6.8) Site inspection commences from the date of this publication on TUESDAYS and THURSDAYS (between 12pm to 3pm) within the first three (3) weeks. Appointments for site inspections must be made via the following email address contact@ironcapital.africa, siteinspection@ironcapital.africa. All site inspections must be concluded not later than 3pm Thursday 25 June 2020.
    (6.9) This pre-qualification process neither creates any commitment nor establishes any legal relationship with respect to the project on the coordinator, the Ekiti State Government or its Agency.
    (6.10) All information shall be provided in English Language.

Leave a Reply

Your email address will not be published. Required fields are marked *