Pre – Qualification of Supplies at Hassan Usman Katsina Polytechnic

Hassan Usman Katsina Polytechnic

P.M.B.2052 Katsina – Nigeria

Pre – Qualification of Supplies

Year 2012 Tertiary Education Trust Fund (Tetfund) Intervention in Library Development Invitation for the Pre – Qualification of Supplies

Hassan Usman Katsina Polytechnic is seeking for reputable supplies to Pre- qualify for the execution of its 2012 TETFUND Intervention in library Developments.

(a) Supplies:

Lot 1:  Procurement of ICT Equipments and connections” POLY/KATSINA/LIB/TETFUND/12/09 and 12

Lot 2: Procurement of Library Furniture Equipments and Bindery Equipment (software’s and Hardware’s) POLY/KATSINA/LIB/TETFUND/12/02,03,04,05,06,07,08.10 and 11.

Lot 3: Procurement of Assorted Books and Journals POLY/KATSINA/LIB/TETFUND/12/01;

(b)     Pre – qualification evaluation criteria

i)       Company profile and organizational structure including names and Technical qualification(s) and experience(s) of key personnel.

ii)      Verifiable list of previous works successfully carried out within the last three (3) years with names of client, evidence of award and practical completion and the details of ongoing projects.

iii)     Evidence of Registration with the Corporate Affairs Commission.

iv)     Evidence of current Tax Clearance certificate

v)      Vat Registration certificate

vi)     Evidence of Registration with the Federal or State Tenders Boards.

vii)    Evidence of financial capacity to handle the job and Bank reference

viii)   Evidence of compliance with pension reform act 2004

ix)     Company audited account for the immediate past three (3) years

x)      Evidence of compliance with the provisions of section 6(1 )-(3) of the amended ITF act, 2011

xi)     The Original copies of items i-x listed above for sighting during the opening session.

xii)   Any other information that will assist the Polytechnic in assessing the organization.

c)       Pre – Qualification fees

Interested supplies are to pay a Non – Refundable pre- qualification fee of Thirty Thousand Naira (N30, 000:00) only for lots 1 and 2, Fifty Thousand Naira (50,000:00) only for lot 3. Payment should be made at the Bursary Department by certified Bank Draft made payable to the Rector, Hassan Usman Katsina Polytechnic.

d) Return of Documents

Pre – qualification documents listed in (b) above should be returned along with the original copy of the receipt for the payment of the appropriate Non – refundable Pre- qualification fees in a sealed enveloped marked “Pre – Qualification Documents For 2012 Tetfund Intervention In Library Development (indicate the lots you are bidding for – each lot to be done separately if bidding for more than one lot)” and addressed to;-

The Registrar

Hassan Usman Katsina Polytechnic

P.M.B. 2052

Katsina.

To reach him not later than 3rd July, 2013

e) Important Notice

i)       ONLY short – listed companies shall be invited to progress with the main tender.

ii)      This advertisement of “Invitation to Pre -qualify” shall not be construed to be an invitation to tender nor a commitment on the part of Hassan Usman Katsina Polytechnic, Katsina to award any form of supply to any Company, it shall not entitle any Company submitting documents to claim indemnity from the Polytechnic. The Polytechnic reserves the right to take final decision on any of the documents received in the Pre-qualification package.

iii)     Tender opening will be on 18th July, 2013 by 12.00 Noon at Hassan Usman Katsina Polytechnic, Katsina, Committee Room, Central Administration.

 

Thank you.

Hassan Muhammad B.

Ag Registrar

Invitation for Pre-Qualification at Federal College Of Education (Technical), Bichi

Federal College Of Education (Technical), Bichi

P.M.B. 3473 Kano, Kano State

Invitation for Pre-Qualification

(a)     Supply of various Library Books

(b)     Supply of Library Furniture

Interested, Skilled and reputable Contractors are hereby invited for pre-qualification

Pre-qualification requirements:

  • Photocopies of the following documents are required
  • Certificate of Incorporation/ Business Registration
  • Current Tax Clearance Certificate for the last three (3) years
  • Value added Tax Registration Certificate
  • Verifiable Evidence of previous experience in area of interest
  • Company Profile
  • Three Audited Accounts/ Evidence of Financial Capability
  • Evidence of compliance with pension reform Act, 2004
  • Evidence of compliance with the statutory provision of section 8 (1) – (3) of the Industrial Training Fund Amendment Act, 2011

Submission of Documents:

The application of pre-qualification must be submitted in a sealed envelope and boldly inscribed “Pre-qualification for……………………Name of procurement” and should be addressed as follows the Secretary PPC, Federal College of Education (Technical) Bichi, Kano State

Closing Date

Eligible Contractor/ Suppliers are expected to submit relevant documents within three (3) weeks from the date of this publication and the pre-qualification will be publicly opened for processing at 12:00noon on 3rd July, 2013 at the College Council Chamber. Only qualified companies will be short listed and invited to tender.

Please Note That:

The pre-qualification invitation shall not be constructed to be a commitment on the part of Federal College of Education (Technical), Bichi, Kano State nor shall it enable any company to make any claim what so ever and or seek any indemnity from the College by virtue of such company having responded to the advert. The College is not under any obligation to include your company on its list contractors.

Signed:

Engr. Sani Umar D/Kudu MNSE

PCC SECRETARY

Invitation for Pre-Qualification/Tender at Federal Ministry of Interior

Federal Ministry of Interior

Nigeria Security and Civil Defence Corps

National Headquarters, Wuse District, Zone 5, Abuja

Invitation for Pre-Qualification/Tender

The Nigeria Security and Civil Defence Corps, invites expression of interests from competent/qualified contractors and suppliers who may wish to “Prequalify and Tender” for the following supplies and provision of services for the Corps:-

Purchase of Motor Vehicles

Lot 1:                   Utility Vehicles

Lot 2:                   Operational vehicles

Lot 3:                   Bus Ambulances with Medical Equipment and Accessories

Lot 4:                   TGA 33.360 Tow Truck with Accessories

Lot 5:                   Heavy Duty (18.5) Truck with carrier and Collapsible Seat

B.      Purchase of Operational and Surveillance Equipment

Lot 1:                    Stun Sun

Lot 2:                    Stemming Jackets

Lot 3:                    Sharp Photocopier AR 5516

Lot 4:                    Hydraulic Compressor (Stanley type -2 Ray Marine Drive unit 12v)

Lot 5:          Disk Cutter with 3 metal disc (Makita DPC 7331 14/350mm petrol)

Lot 6:                    Breathing Apparatus (SCBA self contained breathing apparatus

Lot 7:                    Supply and Programme of HYT Product UHF C700

Lot 8:                    Supply and Programme of Motorola CP 040 Walkie Talkie

Lot 9:                    Bectric Drib (Bosch PS8 750 RCE 240V)

Lot 10:        Digital Camera

Lot 11:        Flex Force Modular hard Shed Crowd Control System FX-1 Knee and Elbow Guard. Steel Helmet

Lot 12:        Binoculars Digital Camera

C. Uniforms & Other Clothing

Lot 1           Navy Blue Uniform

Lot 2                    Grey Suit Material

Lot 3                     Dark Blue Suit Material

Lot 4                    Green Suit Materials

Lot 5           Black Suit Materials

Lot 6           Ox Blood Material

Lot 7                    Lanyards

Lot 8                    Belts

Lot 9                    Berets

C. Construction

Lot 1 Construction of Administrative Complex in Sokoto Command

Lot 2 Construction of Administrative Complex in Kebbi Command

Lot 3 Construction of Administrative Complex in Ogun Command

Lot 4 Construction of Administrative Complex in Benue Command

Lot 5 Construction of Administrative Complex in Cross River Command

Lot 6 Construction of Administrative Complex in Enugu Command

Lot 7 Construction of Administrative Complex in Ekiti Command

Lot 8 Construction of Barracks in Sokoto State

Lot 9 Construction of Barracks in Kebbi State

Lot 10 Construction of Barracks in Ogun State

Lot 11 Construction of Barracks in Benue State

Lot 12 Construction of Barracks in Cross River Stale

Lot 13 Construction of Barracks in Ekiti State

Pre-Qualification and Tender

It is expected that the potential contractors should be reputable and technically competent with verifiable track record of performance on similar supplies. Consequently, interested contractors are invited to submit the following pre-qualification/tender documents.

i.        Evidence of registration with Corporate Affairs Commission (CAC)

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

iii.      Valued Added Tax (VAT) Registration Certificate

iv.      Evidence of similar jobs handled in the last three (3) years

v.       Evidence of Technical and Financial Capability

vi.      Evidence of compliance with PENCOM

vii.     Audited accounts for the past 3 years

viii.    Any other document that will enhance the Company’s chance

Submission of Pre-Qualification and Tender Documents

Tenderers are required to submit separate sealed pre-qualification and financial bids. The pre-qualification documents should be neatly bound and submitted separately in a sealed envelope boldly marked at the top left hand corner ‘PRE-QUALIFICATION’. Financial Bid should also be neatly bound and submitted separately in another envelope, sealed and clearly, marked at the top left hand corner “Financial bids for………”. The job for which the tender is submitted should be clearly indicated on the envelope (e.g. Financial Bids for supply of Belts).

 

Both the pre-qualification and financial tender documents should be addressed to The Commandant General of Nigeria Security and Civil Defence Corps, National Headquarters, Wuse Zone 5, Abuja and to deposit same in the Tenders Board Secretariat Nigeria Security and Civil Defence Corp, Zone 5, Abuja. All submission a close at 10.00am on 19th August, 2013. While the bids shall be opened at 1.00pm of same day at the same venue. Bidders or their representatives and NGOs are invited to witness the bids opening.

 

N.B:

i.        Late submission will be rejected.

ii.       The advertisement of “Invitation to pre-qualification/Tender” Shall not be construed as commitment on the part of the Corps to award any form of contract to a respondent or claim of any form of Indemnity from the Corps

iii.      Tenders submission of Companies not pre-qualified will not be opened.

 

For further information contact the Secretariat of Civil Defence Tenders Board Office.

 

Signed:

Director Procurement (NSCDC)

 

Invitation to Tender for the Digitalization of the Corporation’s Document Centre at Nigeria Deposit Insurance Corporation (NDIC)

Nigeria Deposit Insurance Corporation

Plot 447/448 Constitution Avenue, Central Business District, Abuja

E-mail: info@ndic.org.ng, Website: www.ndic.org.ng

 

Invitation to Tender for the Digitalization of the Corporation’s Document Centre

 

The Nigeria Deposit Insurance Corporation (NDIC) wishes to invite reputable companies with good track record of performance and experience to bid for the Digitalization (scanning) of Documents in its Document Management Centre to address weaknesses associated with managing physical records.

 

Scope of Work

The proposed digitalization of records into existing Electronic Document Management System at the Document Centre is to provide the Corporation with clean digitalized copies of document that would be easily accessed and retrieved by authorized user. The proposed digitalization Include:

 

  • Configuring the Electronic Document Management system for file importation.
  • The digitization of about 1,000,000 copies of paper documents.
  • Generation of Optic Character Recognition for alt the scanned documents (1,000,000 copies)
  • Importation of all the scanned documents into Electronic Document management System (EDMS)
  • Generation of backup for all scanned copies.
  • Provision of capacity building for the Corporation’s Staff (30 persons) and
  • Provision of support services for six (6) months

 

The work is classified as follows:

LOT1- Digitalization of records at Abuja Centre,

LOT2- Digitalization of records at Lagos Centre

 

Tender Documents

Interested companies should obtain the tender document from the Administration Department, 2nd Floor, NDIC Headquarters, Plot 447/448 Constitution Avenue, Central Business District, Abuja upon payment of the tender fee of N10, 000.00 in Bank Draft made payable to the Nigeria Deposit Insurance Corporation, Abuja.

 

Conditions for Eligibility

All bids must be accompanied with the following:

  • Evidence of Company Registration with Corporate Affairs Commission (CAC) in Nigeria.
  • The current 3 years Tax Clearance Certificate of the Company (2010-2012).
  • The Company’s audited accounts for the last three years (2010 -2012).
  • Evidence of Financial capacity or bank support to undertake the project
  • Evidence of having successfully carried out similar works.
  • Company profile Indicating qualification and experience of key staff for the project
  • Proof of Company’s understanding of the job.
  • Evidence of compliance with ITF Acts;   including proof of remittance.
  • Valid Certificate of Compliance with Pension Act issued by Pencom.
  • Implementation plan and work methodology.
  • Sworn affidavit to indicate that the company is not in receivership and none of its Directors was ever convicted of fraudulent activity.

 

Submission of Tender Documents:

Five (5) bound copies each of the ‘Financial’ and ‘Technical’ tender documents must be submitted in separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid “respectively, both put in a third (3rd) envelope sealed and marked on the right hand top corner “DIGITALIZATION OF NDIC DOCUMENT CENTRE” and addressed to:

 

Director, Administration Department

Nigeria Deposit Insurance Corporation (NDIC),

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja, Nigeria,

 

The closing date for submission is Thursday, 1st August, 2013 by 12.00noon. The tender is to be dropped in the tender box on the Ground floor, reception area at the Head Office Building, Companies dropping tenders are expected to sign the tender register on the 2nd Floor, Administration Department, before dropping the tenders. Submission of tender by post or courier will not be acceptable, and any tender received at the designated location after the required time and date shall be considered late and non-responsive.

 

Opening of the Tenders:

Opening of tenders will be on Thursday 1st August 2013 by 2.00pm. Only the technical bids will be opened and all successful companies shall be informed in writing.

 

Additional Information

i)                   Failure to satisfactorily fulfill the conditions as requested above will result to invalidation of such tender

ii)                NDIC shall reserve the right to verify the authenticity of claim(s) made by the tendering parties.

iii)              NDIC shall reserve the right to reject any submission based on unverifiable information.

iv)              All financial bids should be quoted in Naira (N) for all Nigerian companies, white foreign-based companies should avail themselves with the most current (prevailing) exchange rate.

 

Signed:

Management

Invitation to Tender at Federal College of Freshwater Fisheries Technology

Federal College of Freshwater Fisheries Technology

P. M. B. 1500, New Bussa, Niger State

Invitation to Tender

1.0     The Federal College of Freshwater Fisheries Technology, New Bussa, Niger State; a parastatal under the Federal Ministry of Agriculture and Rural Development hereby invites suitably qualified and interested contractors to tender for the College’s Capital Projects for year 2013 in line with Public Procurement Act 2007.

2.0 Scope of Work

Lots:           Job Title

LOT 1:        Extension and Furnishing of Admin and Accounts blocks

LOT 2:        Landscaping of college campus

LOT 3:        Construction of drainages

LOT 4:        Consultancy Service for 2013 Capital projects

3.0     Tender Requirements

All interested and qualified contractors should submit the following documents/information for assessment and consideration.

  1. Evidence of Registration of company with Corporate Affairs Commission (CAC).
  2. Evidence of registration with PENCOM.
  3. Evidence of Registration with FIRS for VAT collection and TIN.
  4. Evidence of similar jobs executed in the fast 4 years.
  5. Evidence of financial capability and possible bank support.
  6. Evidence of Registration with professional bodies.
  7. Tax clearance certificate to be valid up to 31/12/2012
  8. Evidence of contribution to ITF

4.0 Submission of Bid Document

SEALED Bid document shall be marked “Tender for ……… (Indicate specific project and Lot No. of interest)” addressed to the Provost, Federal College of Freshwater Fisheries Technology, New Bussa and deposited into tender box at the office of the Provost on or before 9th July, 2013.

5.0 Opening of bids

THE Bid Document shall be opened on Tuesday, 9th July, 2013 at the College Conference Room by 12:00 noon.

 

6.0 Collection of Tender Document

Tender documents are available for collection at the Provost Office upon payment of non-refundable tender and processing fees of N20.000.00 (Twenty Thousand Naira) only per Lot.

 

Please Note:

a)       This advertisement should not be considered as a contract award or any commitment on the part of the College.

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

 

Signed:

DR. C.T MADU

PROVOST/CEO FCFFT, New Bussa