Invitation for Pre-qualification/Expression of Interest for the Project Under the 2013 Appropriation at Federal Ministry of Water Resources

Federal Republic of Nigeria

Federal Ministry of Water Resources

Invitation for Pre-qualification/Expression of Interest for the Project Under the 2013 Appropriation of the Ministry 

1.0     Introduction

1.1.    This publication supersedes the earlier publication in the Punch and The Guardian of Monday, 6th May 2013 and the Federal Tenders Journal of Tuesday, 7th May 2013 respectively.

1.2     The Federal Ministry of Water Resources through its Departments intends to carry out procurement of the various projects under its 2013Appropriation

1.3     The Ministry therefore, wishes to invite pre-qualification/expression of interest documents from competent bidders for the following projects under the Ministry’s 2013 Appropriation.

i.        Lot 1:         Water Supply Consultancy

a)       The scope under this lot includes feasibility study, design and production of the Bills of Engineering Measurement and Evaluation (BEME) and supervision of Urban, Semi-Urban and Rural Water Supply works;

(b)     Zonal Consultancy Services for Management and Supervision of Nationwide    Rural Water Supply Projects:

(c)      Census of Water Points in the 774 LGAs of the Federation (Nationwide)

ii.       Lot 2: Water Supply Work.

The   scope   of works   under   this  lot   includes   mobilization   to   site,   site   clearing,   and construction of trunk main and associated structures, water treatment plants, solar powered motorized borehole, water rehabilitation projects at the following locations:

(a)  Fugar Water Supply Scheme:

(b) Implementation of Owena/Akure Water Trunk Main and Associated Structures:

(c)  Nguru / Potiskum Water Supply Scheme:

(d) Nembe Water Supply Scheme:

(e)  Abraka University Water Supply Treatment Plant:

(f)   Solar Powered Boreholes for Primary/Secondary Schools Nationwide;

(g)  Silga Water Supply Scheme;

(h) Ekeremo Water Supply Scheme;

(i)    Rehabilitation/Expansion and Development of Aguata Water Supply Scheme;

(j)    Solar Powered Boreholes Nation Wide:

(k) Umunakanu Town Water Supply Project. Ehime Mbano, Imo State;

(l)    Construction of Abonnema Water Supply Scheme:

(m)  Construction of Solar Powered motorized Borehole in Urhiomwon LGA. Edo State;

(n) Construction  of  Solar  Powered   Borehole  with  Standard  Overhead  Tank  in  Ikoro-Ekiti, Ijero LGA, Ekiti State;

(o) Solar Powered Borehole for Markets Nation Wide;

(p) Ubulu Okiti Water Supply Scheme;

(q) Construction of Talata Mafara Water Supply Treatment Plant;

(r)   Ministerial Intervention in Emergency Projects in Water:

(s)  Ministerial  Intervention   for  the   Disaster  Risks  Management  in  Water  Resources Nationwide,

(t)   Rehabilitation of Dysfunctional Boreholes Nationwide.

iii.      Lot 3: Dams and Reservoirs Operation Consultancy.

The scope of works under this lot includes feasibility study, design and production of the Bills of Engineering Measurement (BEME), preparation / production of required tender documents and construction (Engineering) supervision of Dams works at the following locations:

(a)     Study, design and production of the Bills of Engineering Measurement and Evaluation (BEME), preparation / production of required tender documents for Lafia/Zigau earth dam at Shira LGA, Bauchi State:

(b)     Study,   design   and   production   of   the   Bills  of   Engineering   Measurement   and Evaluation   (BEME),   preparation   /   production   of   required   tender   documents   for Ugene Ehaje earth dam at Ohimini LGA. Benue State:

(c)      Study,   design   and  production   of  the   Bills  of   Engineering   Measurement  and Evaluation   (BEME),   preparation   /   production   of   required   tender  documents  for Irawo small earth dam in Shaki West LGA, Oyo State:

(d)     Study, design and production of the Bills of Engineering Measurement and Evaluation (BEME), preparation / production of required tender documents for Kwal dam and hydropower in Plateau State;

(e)      Engineering Supervision of Ibusa Small Earth Dam in Oshimilli North LGA, Delta State

iv. Lot 4:    Dams and Reservoirs Operation Work.

The scope of works under this lot includes mobilization to site, site clearing, construction of embankment, fitters. spillway, intake and conveyance structure and any other works that may be specified in the tender documents at the following location:

 

(a)              Construction of Ibusa small earth dam in Oshimili North LGA, Delta State.

v. Lot 5:     Irrigation and Drainage Consultancy.

The scope of works under this lot includes feasibility study, design and production of the Bills of Engineering Measurement (BEME) and Supervision of irrigation and drainage works at the following locations:

(a)     Borkin Ladi Irrigation Project;

(b)    Sepeteri Irrigation Project;

(c)      Duku Lade Irrigation Project:

(d)     Longkat Irrigation Project;

(e)      Rehabilitation of Expansion of Jibiya Irrigation Scheme by 1000Ha;

(f)      Isapa Irrigation Project:

(g)     Fuwukari Irrigation Project

vi. Lot 6: Irrigation and Drainage Work.

The scope of works under this lot includes mobilization to site, site clearance, irrigation, drainage and land reclamation works at the following locations:

(a)     Kano River Irrigation Project;

(b)     Ejule-Ojebe Irrigation Project;

(c)      Sepeteri Irrigation Project;

(d)     Duku Lade Irrigation Project;

(e)      Longkat Irrigation Project;

(f)      Rehabilitation of Expansion of Jibiya Irrigation Scheme by 1000Ha;

(g)     Barkin Ladi Irrigation Project.

vii. Lot 7:   Water Quality Control Work.

Procurement of Laboratories Equipment Chemicals and Reagents for Water Quality works:

(a)     Laboratory Chemicals / Reagents

(b)    Laboratory Equipment:

(i)     Palintest Photometer 7100 and associated reagents 5Nos

(ii)     GPS Geoexplorer 3000 series-5Nos

(iii)    Multi 3420 Digital Ph /meter -5Nos.

2.0     Eligibility Criteria:

Bidders are to provide the following as minimum prequalification requirement for the project of their choice

2.1     For Consultancy Services

a)       Evidence of  registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of incorporation: Article of Association: up to date Annual Returns: form CO2: and form CO7.

b)      The Company must show evidence of the following:

i.        Tax Clearance Certificate for the last 3 years (2010, 2011 & 2012) with the Company tax Identification of ITF Number (TIN)

ii.       Evidence of ITF Clearance Certificate

iii.      Evidence of Pencom registration and Clearance Certificate

c)       Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last ten (10) years with verifiable letters of contract award and certificates of job completion.

d)      Evidence of financial capability (Statement of Account or Turnover and reference letter from a reputable bank.

e)      Minimum turnover for lot 1,3,5 ,& 7 is N100,000.000.00

f)      Minimum credit facility for lots 1, 3, 5 & 7 is N200,000,000.00

g)      For joint Venture, include Memorandum of Understanding.

h)      Evidence of registration with relevant regulatory professional bodies such as ARCON, COREN, ICCON or IPAN, etc.

i)       Possession of satisfactory Quality Assurance/Quality Control Manual

j)       Evidence of qualification of key staff and their registration with the relevant         regulatory professional bodies.

k)      Provide Annual Auditors Report for the last 3 years (2010, 2011 & 2012).

NB: Original of documents 2.1(a-k) above must be produced for sighting on request /during the opening session. Please Note that Submission of Fake Documents is a Fraudulent practice which is punishable under the Relevant Laws. All companies will be assessed strictly on proofs of documents submitted

2.2 For Goods:

a)       Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of incorporation: Article of Association: up to date Annual Returns: form CO2: and form CO7.

b)      The Company must show evidence of the following:

i.        Tax Clearance Certificate for the last 3 years (2010, 2011 & 2012) with the Company tax Identification of ITF Number (TIN)

ii.       Evidence of ITF Clearance Certificate

iii.      Evidence of Pencom registration and Clearance Certificate

c)       Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last five years with verifiable letters of contract award and certificates of job completion.

d)      Evidence of financial capability (Statement of Account or Turnover) and reference letter from a reputable bank.

e)      For joint Venture, include Memorandum of Understanding.

f)      Possession satisfactory Quality Assurance/ Quality Control Manual

g)      Provide Annual Auditors Report for the last 3 years (2010, 2011 & 2012).

NB:

Original of documents 2.2 (a-h) above must be produced for sighting on request / during the opening session. Please Note that Submission of Fake Documents is a Fraudulent practice which is Punishable under the relevant Laws. All companies will be assessed strictly on proofs of documents submitted

2.3     For Goods:

a)       Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of incorporation: Article of Association: up to date Annual Returns: form CO2: and form CO7.

b)      The Company must show evidence of the following:

i.        Tax Clearance Certificate for the last 3 years (2010, 2011 & 2012) with the Company tax Identification of ITF Number (TIN)

ii.       Evidence of ITF Clearance Certificate

iii.      Evidence of Pencom registration and Clearance Certificate

c)       Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last ten (10) years with verifiable letters of contract award and certificates of job completion.

d)      Evidence of financial capability (Statement of Account or Turnover) and reference letter from a reputable bank.

e)      Minimum turnover for lot 2,4,6 ,& 8 is N300,000,000.00

f)      Minimum credit facility for lots 2, 4, 6 & 8 is N500,000,000.00

g)      Evidence of verifiable list of major construction Equipment and facilities including registration numbers, location (where they can be inspected) and remark on whether these are owned, hired or leased.

h)      For joint Venture, include Memorandum of Understanding.

i)       Possession of satisfactory Quality Assurance/Quality Control Manual

j)      Provide Annual Auditors Report for the last 3 years (2010, 2011 & 2012).

NB:

Original of documents 2.3 (a-h) above must be produced for sighting on request / during the opening session. Please Note that Submission of Fake Documents is a Fraudulent practice which is Punishable under the relevant Laws. All companies will be assessed strictly on proofs of documents submitted.

3.0     Collection of Pre-qualification/Expression of Interest Documents

3.1     Qualified companies shall on written application collect prequalification  Documents Prequalification/Expression of Interets, from

Office of the Director, (Procurement)

Federal Ministry of Water Resources.

Block A, Room 202

Old Secretariat, Area 1. Garki, Abuja.

4.0     Submission of Documents

4.1     Completed Prequalification/Expression of Interest documents shall be submitted two (2) sets of hard copy and One (1) Electronic copy in compact disk and Microsoft office format) in on envelope and labeled “Technical” with Project category and “Lot Number” at the top right hand corner: addressed to and submitted at:-

The Office of the Director, (Procurement)

Federal Ministry of Water Resources

Federal Secretariat Mock A, Room 202,

Area 1, Garki, Abuja.

4.2     The closing date for submission in respect of all projects is on or before 12.00noon on Monday 1st July 2013.

4.3     Prequalification and Expression of interest will be opened same day by 1.00p.m. at the Ministry’s Conference Room.

4.4     Only firms whose prequalification and expression of interest documents fulfill the minimum requirements would be considered for the next stage.

4.5     All inquires should be directed to:

The Director, Procurement

Federal Ministry Water Resources

Federal Secretariat Block A Room 201,

Area 1, Garki, Abuja.

5.0     Contracts of small values for goods, works and services (small assignments / Consultants) will be advertised on the notice board of the Ministry from time to time based on needs.

6.0     Disclaimer and Conclusion

6.1     This announcement is published for Information purposes only and does not constitute an offer by Ministry to transact with any party for the project, nor does it constitute a commitment or obligation on the, part of the Ministry to procure-concession services.

6.2     The Ministry will not be responsible for any costs or expenses incurred by any interested party (ies) in connection with any response to this invitation and or the preparation or submission in response to an inquiry.

6.3     The Ministry is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabillies and assigning any reason the roof.

Signed:

Baba Umar Faruk, OON,

Permanent Secretary

 

 

Tender Notice at Gwale Local Government

Gwale Local Government

Kano State

Tender Notice

This is to invite a suitable qualified contractor pre-qualification to tender for the: –

1.       Construction of Cluster shops at ten different location in Local Government.

2.       Construction of 145m pond fencing wall 343m drainage and 5 No ring culvert at Ja’en Gidan Mai Gari

3.       Rehabilitation of feeder road at Sabon Titi Diga Ja’en yamma

4.       Construction of drainage and crossing slabs at Layin Malam Liti Filin Maulud Kofar Waika.

5.       Construction of boundary wall fencing Dala area Commander Office Dorayi Babba with watch man room & parking space.

6.       Construction of 121m length drainage and rehabilitation of open wall at Gidan Gobirawa Dorayi.

7.       Construction of roof to a damage classroom at GSS Dorayi Karama.

8.       Renovation of Zawa’I Prayer Mosque at Mandawari Ward

9.       Construction of drainage 569m from K/Geza to Unguwar Lalle Ja’en

10.     Rehabilitation of road Unguwar Jakada Zainab Porovision Uba Safiyanu House.

11.     Construction of 950m feeder road and dual drainage at Tudun Yola Sheikh Ja’afar Islamiyya Road.

12.     Reconstruction of drainage and slabs at Islamiyya avenue S/Mainagge Quarters.

13.     Reconstruction of drainage at Lokon Kamfa (continues)

14.     The construction of drainage and culvert at Unguwar Lalle Ja’en.

15.     Renovation of principal office & supply of burglary roofs to window at V.Center Dorayi.

16.     Parking and building workshop (shades) V. Center Dorayi

17.     Repairs of water wing (toilet)

18.     Supply of Carpet and Curtains in audit office

19.     Electricity supply (National Grid)

20.     Supply and fixing sliding windows (2No)

21.     Supply of teachers tables & chairs table & chairs

22.     Completion of drainage at Lokon Makera Islamic center Gwale

23.     Supply of furniture to D/PRS & sectional head office

24.     Supply of furniture & renovation of H.O.D. PRS office

25.     Supply and putting of interlock, railer to wall top mosque boundary boggier proof to windows, construction of metal doors, and construction of engine room  and novel carpet to Dansarari Mosque Dorayi Babba

26.     Supply of carpet and curtains to local government office.

27.     Construction of interlock 1&2 at secretariat.

28.     Construction of parking shade A&B at secretariat

29.     Purchase and fixing of electronic guard get at Local Government Secretariat

30.     Rehabilitation of road at Sabon Titi Diga Ja’en yamma

31.     Completion of 4 classroom & toilet attached office at Madarasatul Khulafa’urrashiddin bayan goron dutse bayan WRECA, Layin Wali Mai Sittin.

32.     The construction of 4 pipe from main supply at Filin D.O to lungun Wakilin Arewa.

33.     Construction of boundary wall (additional of the height with 5 coarse) at Sublussalam Nur. & Primary School to be carried out by Gwale L.G.A.

34.     Rehabilitation of road at Kwanar makabarta Ja’en

35.     General renovation work at Zawa’I daily prayer mosque M/Mandawari ward.

36.     The re-construction of generator room at Kabuga B.H.C.

37.     Completion of 5 daily prayers at Dorayi Karama Gadan Gobirawa Gwale L.G.A.

38.     Drilling of hand pump at Unguwar Nufawa, Dandago, Gwale L.G.A.

39.     The repair of electrical installation at Warure cikin Unguwa

40.     Construction of drainage, from Alhaji Sani Tela Mai Masallacin D/Rimi Madungurum (165ml)

41.     Provision of furniture at Gwale Magistrate Court.

42.     Additional Re-construction of drainage (84ml) and rehabilitation of 26ml, L/Kango, Mandawari Ward.

43.     Construction of drainage from Gidan Alh. Garba Mai Itace to chemist din Isya (272m)

44.     Supply of office furniture at Nigerian Police Community Relation Committee.

45.     Construction of drainage from Liman Dalhau House to Aminu Scoren House (181ml Dandago)

46.     Construction of damage from Massallacin Juma’a Layin gidan Shehu Shehu Ja’en D/Ward (145ml)

47.     Renovation of 5 daily prayer mosque at unguwar Amare, Dorayi Karama.

Any interested contractors wishing to participate should forward his profile to the office of Interim Management Officer (I.M.O.) Gwale Local Government Secretariat on or before 18th June, 2013.

Signed

Management

General Procurement Notice (GPN) at Federal Ministry of Power

Federal Republic of Nigeria

Federal Ministry of Power

General Procurement Notice (GPN)

The Federal Ministry of Power wishes to bring to the notice of interested, competent and reputable Contractors /Suppliers that the Ministry would carry out procurement of the under-listed goods and services to be funded from the 2013 Financial Year Budget:

Works

(i)              Automation of Library Section;

(ii)             Development of 3050MW Mabilla Hydroelectric-Power Project;

(iii)           Development of Coal Fired Power Plant;

(iv)           Maintenance and Repairs of Field Test Equipment;

(v)             Information Technology Infrastructure, Net Working and Software Development;

(vi)           Supply  and   Installation  of Security  and  Safety Equipment;

(vii)        Maintenance and Renovation of Office Building;

(viii)      Sectoral Contract Management;

(ix)           Renewable Energy Efficiency and Conservation; and

(x)             Connection of Gurara to National Grid,

(xi)           Printing of Office Documents – Security and Non Security Documents;

Goods:

(i)                Office Equipment and Consumables;

(ii)             Procurement   of  Media   and   Public   Relations Equipment;

(iii)           Procurement of ICT Equipment and Materials;

(iv)           Purchase of Library Books and Periodicals;

(v)             Production  and  Publication  of Annual  Reports, Quarterly Reports, Power Sector Reports etc;

(vi)           Supply of Motor Vehicle Spare Parts; and

(vii)        Supply of Electrical Materials and Parts.

Consultancy Services.

(i)                Environmental Impact Assessment on Small and Medium Hydro Power Plants;

(ii)             Feasibility Studies and Engineering Design on Small and Medium Hydro Power Plants;

(iii)           Consultancy Services for Renewable Energy for Electricity Generation (Solar, Biomass, Wind and Biofuel);

(iv)           Consultancy Services for Preparation of RFP/Bid Evaluation;

(v)             Consultancy Services for Compensation Valuation and Resettlement for the Mambilla Hydropower Plant;

(vi)           Development of Policy Framework for the Technical Regulation of the Electricity Industry;

(vii)        Bankable Feasibility Study for Coal Fired Power Plants in Enugu and Gombe;

(viii)      Sustenance of Power Sector Administrative Support Structure;

(ix)           National Load Demand Studies; and

(x)             Renewable Energy Efficiency and Conservation.

Provision of various other services:

(i)              Capacity Building/Training and Workshops for staff of the Ministry;

(ii)             Investment summits in collaboration with ICRC and Federal Ministry of Trade & Investment;

(iii)           Sensitization workshops in the three (3) selected geopolitical   zones   to   showcase   the   various investment potentials in the power sector;

(iv)           Development of Electronic Document Management System (EDMS) for file tracking; and

(v)             Development of Nigeria Power Sector Management Information System.

Requirements

  1.        i.            Certificate of Incorporation/Business Registration;
  2.      ii.            Evidence of Tax Clearance Certificate for 2010, 2011, 2012;
  3.   iii.            Value Added Tax Registration Certificate;
  4.   iv.            Evidence of Employees Open Retirement Savings Account (RSA) with a Pension Fund Administrator (PFA) of choice;
  5.      v.            Evidence of compliance with the industrial Training Fund Amendment Act, 2011;
  6.   vi.             Verifiable evidence of previous experience in area of interest; and
  7. Company Profile.

Note

  1.    This Notice is not an invitation to bid.
  2.    Interested Suppliers/Contractors are advised to visit the Ministry’s Notice Board for Specific Procurement Notices for minor value procurement while Specific Procurement Notices will be placed in the media for major procurement.
  3.   The FMP also reserves the right to invoke the provision of section 28 of the Public Procurement Act (PPA) 2007, without incurring any liability to the bidder.
  4.  On Or Before 17th June, 2013

Signed

Management

Invitation for Pre-Qualification of Contractors/ Bidders at National Cereals Research Institute, Badeggi

National Cereals Research Institute, Badeggi

Federal Ministry of Agriculture

Bida – Suleja Road, P.M.B 8 Bida, Niger State

28th June, 2013

Invitation for Pre-Qualification of Contractors/ Bidders

Introduction

The National Cereals Research Institute (NCRI) Badeggi, Bida, hereby invites interested reputable and competent contractors/suppliers for pre-qualification consideration for the following jobs.

2.       Scope of Work

Lot 1:          Rehabilitation of Research and Production Fields at Badeggi and Edozhighi.

Lot2:           Rehabilitation of Water Dykes in the Research and Production   Fields at Badeggi and Edozhigi.

Lot 3:          Furnishing of Researchers’ Offices and Supply of Equipments.

Lot 4:          Supply of Tractors with full implements for Amakama and Birnin Kebbi Research Stations.

Lot 5:         Completion of the Laboratory / Office Complex at Yandev Research Station.

3.       Requirements

To be considered technically competent,   interested companies and contractors must submit a profile which should include:

  1.      A certified true copy of certificate of incorporation with the Corporate Affairs Commission.
  2.      A copy of the company’s audited accounts for the last three years,
  3.      Evidence of payment of Tax: Copy of Tax Clearance Certificate for the last three years
  4.      For companies or firms with five or more employees, evidence of compliance with the Pension Reform Act. 2004.
  5.      Evidence of financial capability and or Banking Support to execute the contracts without delay if awarded,
  6.      Verifiable evidence of experience and relevant qualification of   key personnel.
  7.      Evidence of execution of similar projects. This is to include letters of award, certificate of completion, lists of projects and   addresses of sites and locations,
  8.     Tax  clearance certificate  for the  last three years,  VAT  Registration Certificate, FIRS PIN number and evidence of previous tax remittances,
  9.   Evidence of payment of non-refundable pre-qualification processing fee of Ten Thousand Naira (N10, 000.00) only.

Any other information that can assist the Institute in taking decision

Submission of Documents

Pre-qualification documents should be enclosed in sealed envelopes and clearly marked at the left hand corner “PRE-QUALIFICATION TO TENDER FOR LOT….. …”All documents which should be in duplicate should be submitted latest 12 noon, on Monday, June 17. 2013 and addressed to:

The Executive Director

National Cereals Research Institute, Badeggi

P.M.B 8 Bida, Niger State

5.       Points to Note

i)       This is not an invitation to tender; full tendering will be applied to only pre-qualified contractors found capable of executing the project.

ii)      Late submissions will not be entertained.

iii)     This notice shall not be construed to be a commitment on the part of NCRI to award any form of contract to any respondents, nor shall it entitle any organization submitting documents to claim any indemnity from NCRI.

iv)     The Bids Documents will be publicly opened in the Conference Room of NCRI. All Bidders who have submitted bids as stated above may attend in person or send a representative to witness the opening of the bids at 1.00p.m. On 17th June, 2013.

Signed

Executive Director/CEO

Invitation for Pre-Qualification of Contractors for Projects at the University at University Of Ilorin

University Of Ilorin

P.M.B 1515, Ilorin, Nigeria

Invitation for Pre-Qualification of Contractors for Projects at the University

The University of Ilorin intends to engage in the construction of the following projects on its campuses in Ilorin:-

1.       Central Research Laboratories Lot 36A (Tetfund SIP)

2.       External Works to Central Research Laboratories Lot 36B. (Tetfund SIP)

3.       Residential Accommodation for Central Research Laboratories Lot 36C (Tetfund SIP)

4.       600 Seater Lecture theatre for Faculty of Agriculture

5.       600 Seater Lecture theatre for College of Health Sciences

6.       600 Seater Lecture theatre for Faculty of Communication and Information Sciences

7.       600 Seater Lecture theatre for Faculty of Law

8.       300 Seater Lecture theatre for Faculty of Veterinary Medicine

9.       Rehabilitation of Faculty Buildings

10.     Procurement, Installation and Commissioning of Equipment for Programme Upgrade in Bio Systems and Agricultural Engineering Phase 111. (LOT 21 (Tetfund SIP)

11.     Renovation of Two number Classrooms.  (Tetfund SIP)

12.     Renovation of Business Hall/Classrooms. (Tetfund SIP)

13.     Renovation of Administrative Block of Business School (Tetfund SIP)

14.     Renovation of 4 Number Classrooms (Tetfimd SIP)

15.     Construction of Internal roads and parking Area for Business School Complex (Tetfund SIP)

16.     External Electrical Installation of a Substation and H.T Distribution for Business School (Tetfund SIP)

 

Interested reputable contractors are hereby invited to submit pre-qualification documents. The pre-qualification Bid documents should include the following:-

i)                   Company’s Tax Clearance for the last three (3) years

ii)                Evidence of company Registration with Corporate Affairs Commission

iii)              Evidence of registration with Federal Ministry of Works in Category “D”

iv)              Value Added Tax Certificate (VAT Certificate)

v)                Evidence of remittance of pension contribution of employees to PENCOM in line with section 16, subsection 8 (iv)of the Procurement Act

vi)              Verifiable list of similar and other jobs successfully executed with their locations, together with letters of Awards and Certificates of Job Completion

vii)           Company’s financial details and audited accounts for the last three years

viii)         Verifiable list of plants/machinery with years of manufacture and locations of the equipment to be used in the project. Please state whether the items of equipment are on lease, hired or owned by the company with evidence of purchase where applicable.

ix)              List of key staff who will execute the project with their Curricular Vitae and relevant positions.

x)                Evidence of compliance with the provisions of the Industrial Training Fund Amendment Act 2011 in respect of contribution to the fund where applicable;

xi)              An affidavit disclosing whether or not any officer of the relevant committees of the University of Ilorin or the Bureau of Public Procurement is a former or present director, shareholder or has any pecuniary interest in the bidding company, and confirming that all the information it presented in its bid are true and correct in all particulars.

xii)           Evidence of financial capability and banking support

xiii)         Sworn Affidavit in respect of non-affiliation to any staff of the University and that no director of the company is bankrupt

xiv)         Short listed Contractors should note that they would be required to submit bid security in value of 2% of their quoted figure along with their financial bids.

Tender Procedure

Interested Contractors are required to pay a sum of fifty Thousand Naira (N50,000:00) for each project 1,3,4,5,6, and 7 Thirty Thousand Naira (N30,000:00) for projects 2, and 8 to 16 in Bank Draft raised in favour of University of Ilorin as documentation fee. The drafts should be paid to the Bursary Department of the University where receipts would be issued.

Submission

All submissions in sealed envelopes should be delivered to the address below not later than 12.00 noon, on Monday 24th June, 2013. The envelopes should be clearly marked at the top-right-hand comer with the name of the project. Pre-qualification submissions will be opened at the Auditorium Basement, University of Ilorin at 2.00p.m. the same day the advertisement closes.

The Registrar,

University of Ilorin,

P.M.B. 1515, Ilorin

Note:

  1. The University reserves the right to reject any or all the pre-qualification packages;
  2. Failure to comply with any of the above instructions or provide any of the listed documents may automatically result in disqualification.

Signed

Emmanuel Dada OBAFEMI

Registrar