Expression of Interest for Technical and Financial Proposal for the University Master Plan at Modibbo Adama University of Technology, Yola (MAUTECH)

Modibbo Adama University of Technology, Yola

Expression of Interest for Technical and Financial Proposal for the University Master Plan

1.0     Background Information

The Modibbo Adama University of Technology was established in 1984 by the Federal Government of Nigeria to increase the requirements of manpower of this country relating to technological development, Since then the University has grown tremendously serving the needs of the country with courses ranging from Diploma to Doctorate degrees. The University is located on its permanent site along Maiduguri road at Sangere, after Bajabure industrial site. It currently has a total land area of 4320 Ha. In the past three years the University has experienced massive construction and development activities in line with expanding academic programmes and the rapid rise in students’ population, it therefore anticipates this development trend to continue. In addition to this the University Campus already have several Buildings (Administrative Block, Academic facilities for to several Schools, Communal Facilities, Residential buildings, etc) end Infrastructural Facilities (Electricity, Water Reticulation, Road network), Commercial and Recreations) facilities (Sports Complex, Shopping complex), Students Hostels, that will require integration into the overall physical development of the University.

Our desire is to create a vision that is supported by policies, guidelines and priorities: and to guide the development and evolution of the University with a foresight into the next fifty (50) years.

2.0     CONSULTANCY SERVICES

The Modibbo Adama University of Technology, Yola (MAUTECH) has desire to have a Main Campus Master Plan and hereby requests qualified and interested consultants to submit bids in the form of technical and financial proposals for the exercise.

3.0     SCOPE OF WORK

  1. A large scale physical make-up and the conceptual organization of the University.
  2. Establishment of entrance(s) and orientation.
  3. Movement through the University.
  4. Ordering and placement of specific exhibits, facilities and infrastructures.
  5. Determination of which natural or inherent feature of the University are appropriate and for which uses.
  6. Arranging facilities in the University to best serve the future goals of the Institution.
  7. Presentation in model, soft copies and hard copies.

4.0     PARTICIPATING REQUIREMENTS BY CONSULTANTS

Interested Consultants are requested to make submissions accompanied by the following requirements;

  1. Corporate profile of the Firm, inducing registered addresses, functional e-mail addresses, GSM phone number(s) etc.
  2. Evidence of incorporation with the Corporate Affairs Commission (CAC).
  3. Copy of Memorandum and Article of Association.
  4. Evidence of payment of Tax for 3yrs.
  5. Evidence of remittance of VAT to the Federal Inland Revenue Service (FIRS),
  6. Firm’s audited account in the last three (3) years
  7. Evidences of Firm’s involvement with similar exercise.
  8. Evidence of registration with the Federal Pension Commission (PENCOM):
  9. Evidence of Company/Firm registration with the Town Planners Registration Council (TOPREC).
  10. Evidence of registration of Principal Partners, with TOPREC.
  11. List of Technical & Management Staff with CV’s & Photocopy of Credentials of principal partners

The University reserves the right to verify the authenticity of the claims made in the prequalified documents submitted and original documents may be requested for sighting. Note that any false documents and other false claims detected will invalidate the submission and only Financial Bid documents of firms that are technically pre-qualified will be opened.

5.0     Submission of Document

Two Sets of Technical Bids documents and a set of Financial Bid document should be submitted in separate sealed envelopes clearly marked 2013 Consultancy Services, Mautech, Yola and address of the Tenderers at the back of the envelope, The submission should be  on or before 8th October, 2013 by 12.00noon, and addressed to;

The Registrar.

Modibbo Adama University of Technology, Yola

Signed

Registrar,

Modibbo Adama University of Technology,

Yola.

 

Invitation to Participate in Pre-Qualification Exercise of 2011-2012 Tertiary Education Trust Funds for Library Projects at Ebonyi State College of Education

Ebonyi State College of Education

P.M.B, 002, Ikwo

Ebonyi State

Invitation to Participate in Pre-Qualification Exercise of 2011-2012 Tertiary Education Trust Funds for Library Projects at College

Campus, Ikwo

1.       Scope of Work

(i)      Lot I: (Project No. TETF/COE/IKWO/LIB/11-12/01): Procurement of 639 Nos. of Various Titles of Assorted Textbooks.

(ii)     Lot II: (Project No. TETF/COF/IKWO/LIB/11-12/02): Procurement of 209 Nos. of Journals

(iii)    Lot III: (Project No. TETF/COF/IKWO/LIB/11-12/03) Procurement of Bindery Equipment 20 Nos.

(iv)    Lot IV: (Project No. TETF/COF/IKWO/LIB/11-12/04) Procurement of E-Library Facilities and Training of 22 Nos. of Staff in 3-Months Program.

2.       Pre-Qualification

All bids must be accompanied with:

(i)      Evidence of payment of a non-refundable tender fee of N30,000

(ii)     Evidence of registration with Corporate Affairs Commission (CAC)

(iii)    Tax clearance for the last three years

(iv)    Company Bank statement for the last 12 months and Bank Reference from a Nigerian Bank.

(v)     Verification evidence of similar jobs successfully executed within the last three years

(vi)    Sworn Affidavit confirming that none staff of the firm has been convicted of criminal offence in any court of law and that all information presented in the company’s bid are true and correct.

(vii)   In addition to the above requirements, bidders interested in any of the Lots (1,2 &3) must include the following:

Full details of the company’s profile, name and experience in book business or library equipment and verifiable contact address and telephone numbers

Submission of Pre-Qualification Documents

The sealed envelope containing the duly signed pre-qualification documents is to be addressed to the Registrar, Ebony State College of Education, Ikwo not later than 29th November 2013

Collection of Tender Documents

Only Companies that are successful in the pre-qualification exercise are to collect the financial tender documents from the Office of the Director of Works, via Office of the Registrar, Ebonyi State College of Education, Ikwo.

Note: All Bidders are expected to sign the Submission Register.

(a)     Incomplete documents and/or late submission of bid documents will not be entertained.

(b)     The College reserves the right to verify all claims and documents submitted by bidders for pre-qualification.

Signed:

SAM O.NWARISI

Registrar

 

Invitation for Pre-Qualification to Tender for the 2013 Capital Appropriated Project at Federal Medical Centre, Abeokuta

Federal Medical Centre

Bisi Onabanje Way, Idi-Aba,

P.M.B, 3031(Sapon Post Office),

Abeokuta, Nigeria

07054790001-3

Invitation for Pre-Qualification to Tender for the 2013 Capital Appropriated Project

1.0     The Federal Medical Centre, Abeokuta is planning to execute its 2013 Fiscal Year Capital Project.

Consequently, the Centre is inviting competent and reputable firms with  expertise to apply for pre-qualification for the project.

2.0     Project: Construction of Maternity Block

3.0     The Pre-Qualification

All companies wishing to express their interest to bid for the project shall submit relevant documents for pre-qualification as stipulated in 4.0 below: Only companies that are adjudged successful in the pre-qualification exercise shall be invited to collect tender documents upon payment of non-refundable fee of N25,000.00 (Twenty-Five Thousand Naira) Only.

4.0     Pre-Qualification Requirements

Interested companies should submit their detailed pre-qualification documents for assessment containing under-listed documents:

All envelopes for the Technical Bid must contain the following documents:

(i)      Company profile indicating Managerial, Structural, Technical and Operational capabilities.

(ii)    Evidence of valid Certificate of Registration with Corporate Affairs Commission (CAC).

(iii)   Company audited Account for the last three (3) successive years (2010, 2011 and 2012) with an annual turnover of 250 Million Naira. This will be verified from FIRS.

(iv)   Evidence of Tax Clearance Certificate for the last three (3) successive years (2010, 2011 and 2012).

(v)     Evidence of VAT Registration and VAT Remittances.

(vi)   Evidence of Financial capabilities and/or Banking support.

(vii)             List of similar projects previously undertaken (with evidence of completion).

(viii) Verifiable evidence of availability of appropriate manpower, machinery and equipment.

(ix)   Evidence of Employees Open Retirement Savings Account (RSA) with a Pension Administration of their choice.

(x)    Evidence of remittance for both employee and employer Pension Contribution to the appropriate Pension Fund Custodian not later than seven (7) days from the date of payment of salaries.

(xi)   Evidence of compliance with Industrial Training Fund (ITF) Act, 2001.

(xii)  Any other additional information/documents that will enhance the company’s application.

5.0     Submission of Document

The completed pre-qualification documents shall be properly sealed in an envelope, Clearly Marked, “Pre-Qualification for Construction of Maternity Block” at the top left corner of the envelope and addressed to:

The Medical Director

Federal Medical Centre,

P.M.B.3031,

Idi-Aba, Abeokuta, Ogun State.

6.0     Opening of Pre-Qualification Documents

All documents in respect of the pre-qualification should be submitted on or before 1.00p.m. on Monday 2nd December, 2013 in the Office of the Medical Director, Federal Medical Centre, Abeokuta, while the opening exercise will take place at the Centre’s Cardio-Renal Seminar room same day, Monday 2nd December, 2013 at 1.00pm prompt.

Interested eligible Bidders may obtain further information from the Procurement Unit, Federal Medical Centre, Abeokuta from 9.00a.m. to 4.00p.m (Monday to Friday).

7.0     Disclaimer

This pre-qualification request is not an invitation to tender and does not constitute a commitment or obligation on the part of the Centre to award a contract. The invitation to tender and full tendering information will be issued only to qualified companies that have been pre-qualified. The Centre will not make any form of payment whatsoever for submission presented in response to this notice.

Dr. O. A. Oyeku

Director of Administration

For: Medical Director

 

Invitation for Bids at HIV/AIDS Programme Development Project II (HPDP II)

Katsina State Government of Nigeria

HIV/AIDS Programme Development Project II (HPDP II)

Credit No. CR 45960-NG

Supply of Equipments and Materials to 32 PMTCT Centres and 32 HCT Centres

IFB No. KTS/HIV/GD//01/2013

1.       This Invitation for Bids follows the General Procurement Notice for this project that appeared in Development Business of Wed. Nov 21.2012.

2.       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost HIV/AIDS Programme Development Project II, and it intends to apply part of the proceeds of this credit to payments under the Contact for Supply of Goods and Equipments to 32 PMTCT Centres and HCT Centres

3.       The Katsina State Agency for the Control of AIDS now invites sealed bids from eligible and qualified bidders for the Procurement of the following:

LOT

 

Item

 

Description

 

Qty

 

Bid Validity Period

 

Bid Security Value

 

Location

 

1

 

1

 

Refrigerator

 

16No’s

 

60 days

 

Not less than 2.5% of Bid Price 32 PMTCT & 32 HCT CENTERS
2

 

Television

 

64no.

 

3

 

Nile Sat dish

 

64No’

 

5

 

Standing fan

 

64No’

 

6

 

Generator

 

64No’

 

7

 

Extension wire

 

64No’

 

8

 

Wall Clock

 

64No’

 

9

 

Arm Chair

 

64No’

 

10

 

Armless Chair

 

128No’

 

11

 

Executive Table 64No’

 

12

 

Water container

 

64No’

 

13

 

Curtains (6 pcs per person)

 

384 pcs

 

14

 

Carpet (Plastic matt) 10 yards

 

640 yrd

 

15

 

Office dust in(2no)

 

64No

 

16

 

3 sealer Alminium bench

 

64No

 

17

 

Sign post (at the gate)

 

64No

 

18

 

Sign post (at the office wall)

 

64No

 

19

 

Labour for installation of Cable dish at sites 64 Sites

 

Nil

 

Nil

 

Nil

 

20

 

Transportation of the items lo sites 64 Sites –

 

Nil

 

Nil

 

Nil

 

21

 

Labeling of items 64 Sites

 

Nil

 

Nil

 

Nil

 

 

4.       Bidding ‘will be conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

5.       Interested eligible bidders may obtain further information from: The Project Manager HIV/AIDS Programme Development Project II, at the address below and inspect the Bidding Documents from 8:00am to 4:00pm Mondays to Fridays, except on public holidays.

6.       Qualifications requirements include:

  • Documentary Evidence of two contracts of similar nature and magnitude during the last five (5) years and Registration with cooperate affairs Commission CAC.
  • Audited Financial Statements for the last three (3) years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • An average annual Turnover for the supply over the last five years of:
  • a)Lot1 –       N5Omn
  • Additional details are provided in the Bidding Documents.

7.  A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee N15,000.00 (Fifteen Thousand Naira) only. The method of payment will be in Cash or Bank Draft in favor of Katsina State Agency for the Control of AIDS, KATSACA. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.

8.  Bids must be delivered to the address below at or before 12 Noon on 15th November 2013. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be’ opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at 12 Noon on 15th November, 2013. All bids must be accompanied by a Bid Security of at least 3% of Bid Price in Naira or an equivalent amount in 3 freely convertible currency.

9.       The address referred to above is:

The Project Manager,

Katsina State Agency for the Control of AIDS

Governor’s office Katsina

General Hospital Premises

Katsina State.

Telephone: 08033029995, 08036141986

E-mail: katsaca30@yahoo.com

Invitation for Expression of Interest at Federal Capital Development Authority (FCDA)

Federal Capital Development Authority

Abuja, Nigeria Office of the Executive Secretary

Invitation for Expression of Interest

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to engage Consultants for the Preparation of Electricity Master Plan for Phase IV of the Federal Capital City (FCC) within the year 2013 budget.

In line with the 2007 Public Procurement Act, the Authority is inviting interested, competent and reputable engineering Consulting firms to submit Expression of Interest.

2. Scope of Work

The scope of work involves:

(i)                Study and Evaluation of Existing Phases I, II and III Electricity Networks as well as projection for the entire phase IV North and South.

(ii)             Estimation of Loads for the various Land Uses in Phase IV and Submission of Inception report

(iii)           Determination of source of Power,

(iv)           Determination      of      Locations and    capacities    of    132/33KV substations

(v)             Estimation of the Districts’ 33/11KV substations capacities.

(vi)           Determination/Location of cable routes to the District’s injection substations

(vii)        Presenting options for cable route arrangements, and recommending the best option for the Master plan.

 

3. Documents to be submitted

Interested Companies are invited to submit the following pre- qualification documents:

(a)     Evidence of incorporation of the Company with Corporate Affairs Commission (CAC), including Articles and Memorandum of Association of the company and up to date Annual Returns to the CAC and forms C02 & C07.

(b)     The Company must in addition show evidence of the following:

(i)      Tax Clearance Certificate for the last three (3) years.

(ii)     Registration with PENCOM and Remittance to Pension Fund Administrator.

(iii)    Payment of Training Contributions to the Industrial training Fund (ITF)

(iv)    Compliance  with the Employee’s Compensation Act (i.e.) Remittance of 1% of the total emolument of your workers to the Nigerian Social Insurance Trust Fund (NSITF)

(c)      A sworn Affidavit to the effect that:

(i)      The Company is not in receivership, insolvency or bankruptcy

(ii)     The Company does not have any Directors who has been convicted by any court in Nigeria or any other country for criminal offence in relation to fraud or Financial impropriety.

(iii)    No officer of the relevant committees of FCDA or BPP is a present or former Director or Shareholder or has any pecuniary interest in the company.

(iv)    All the documents submitted for the pre-qualification bid are not only genuine but correct.

(d)     A chart indicating the number and categories of Nigerians that are to be employed by the company as a result of this project.

(e)      Audited Accounts of the Bidder for the last three (3) years duly endorsed by a firm of Chartered Accountants.

(f)      Evidence of similar jobs executed in the last 10 years. Copies of Award Letters, Last Interim Certificate of Valuation for on-going  projects and Completion Certificates are to be enclosed.

(g)     List of key technical personnel stating their designation, qualifications and years of experience, including professional qualification/ Registration with COREN.

(h)     Evaluation of the pre-qualification documents will be based on the outlined pre-qualification requirements and only those that are successful will be invited to submit Technical and Financial Proposals.

4.       Submission of Documents

The pre-qualification documents should be submitted in A Hard copy and AN Electronic Copy (PDF format on CD) of the Technical Proposal and should be placed in a sealed envelope clearly marked “ORIGINAL” and “ELECTRONIC COPY” with the following inscription: “EXPRESSION OF INTEREST TO TENDER FOR CONSULTANCY WORKS FOR THE PREPARATION OF ELECTRICITY MASTER PLAN FOR PHASE IV OF FCC”.

The documents should be addressed to the Executive Secretary, FCDA and submitted directly to FCDA Procurement Department, Room 0.014 (Ground Floor) New FCDA Headquarters, opposite NTA Abuja, Area 11, Garki Abuja on or before Monday 4th November, 2013. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of bids at 12:00 noon in the presence of all prospective bidders or their Representatives.

Notes:

(i)                Items 3a – 3d are the Eligibility Requirements and the Original documents must be produced by the Company for sighting during the opening session.

(ii)             The photocopies of professional certificates are to sealed and signed by the owners.

(iii)           This is not an invitation to tender. Only pre-qualified firms will be invited to tender for the project. Others may know their performance by a formal request to the Accounting Officer of FCDA.

(iv)           Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents means of delivery notwithstanding.

(v)             The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions.

(vi)           Indicate if the Firm is in a joint venture,  consortium  or  in Association with other Firm/(s).

(vii)        All claims must be substantiated with verifiable facts.

(viii)      Interested members of the Public especially Civil Rights organizations could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.

(ix)           The Authority reserves the right to cancel the procurement proceedings in the public interest without incurring any liability to the bidders.

Signed:

Director, Procurement For:

Executive Secretary

 

 

Page 1 of 910123456»102030...Last »