Invitation to Tender at University Of Ibadan

University Of Ibadan

Ibadan, Nigeria

Invitation to Tender

2009 Tertiary Education Trust Fund Special Project in the University of Ibadan

1.  Introduction

The   University of Ibadan   with   support   from Tertiary Education Trust Fund seeks to establish a top grade National Institute for Maternal and Child Health in keeping with our vision of being a  world-class institution for academic excellence geared towards meeting societal needs.

2.       Bids are therefore hereby invited from interested and reputable contractors with relevant experience and good track record in respect of each of the projects contained in the table below.

Lot

 

Title of Projects

 

Tender Fee
1.

 

Construction of National Institute of Maternal and Child Health Care at College of Medicine N350,000:00

 

2.

 

Supply and Installation of 1Nos 250KVA Sound proof Generator (Wilson Perkin or Equal and Approved) Complete with Construction of generator base N 10,000:00

 

3 Procurement of Furniture for National Institute of Maternal and Child Health Care N20,000:00

 

4 Supply and Install complete sets of Desktop and Laptop Computers N10,000:00
5 Supply and Installation of Teaching and Research Equipment (2013 Capital Project) N30,000:00

 

4.       Bidding Criteria

i.        Submission of:

a)     Evidence   of  Registration   with   the   Corporate   Affairs Commission (CAC)

b)    Company profile and organizational structure, including names and resume of key personnel with addresses and phone numbers.

c)     Evidence of registration of both the company and the key personnel with relevant professional bodies.

d)    Verifiable list of previous/similar major works carried out in the recent   past with their locations and clients. (Copies of Completion Certificates/Final Payment Certificate should be attached.)

e)     Evidence  of incorporation   and  current  Tax   Clearance Certificate for the last three (3) years.

f)      Evidence of registration of Staff with Pension Commission of Nigeria

g)     Provision of VAT Certificate

h)    List of Equipment to be used for the project and their location. (State whether the equipment are leased, hired or owned)

i)       Three years audited accounts of the company (2010,2011 and 2012)

j)       Submission of 2% bid security from a reputable bank,

k)    Annual turnover as stated in a verifiable tax clearance certificate.

l)       Evidence of Financial capability/Reference letter from a reputable bank

m)  Evidence of payment of industrial training contribution to the Industrial Training Fund (ITF)

n)    For Joint Ventures, Memorandum of Understanding must be attached.

 

For Lot I, bidders shall first be pre-qualified according to the criteria stated above. Only pre-qualified bidders shall be allowed to submit commercial bids.

 

 

For Lots 2 5, commercial bids may be submitted alongside with the requirements in a – h above, without a separate prior pre-qualification

4.       Collection of Bidding Forms

The bidding documents are to be collected as from Monday, 10th June, 2013 in the office of the Director of Works, upon payment of respective non-refundable fees as contained in the table above to the Bursary Department, University of Ibadan, Ibadan.

5.       Submission of Documents

Duly completed bids should be neatly packaged for the review of the University. It should be hand-delivered to:

Bursar and Secretary,

Procurement Planning Committee,

Bursary Department,

University of Ibadan,

Ibadan.

The title of the project should be written at the top left-hand corner of the covering envelope and should not bear the name of the tendering contractor.

6.   Closing Date

Submission of tender closes on Monday, 22nd July, 2013 at 12.00noon. Any tender received after this stated date and time will not be considered.

Duly submitted tenders would be opened same day by 1.00p.m. in the Senate Chamber of the University.

Please note that:

  1. The University of Ibadan is neither committed nor obliged to short-list any Contractor or to award the contract to any Contractor or Agent.
  2. The University reserves the right to reject any and/or all bidding packages.
  3. The University will only recognize and correspond with only authorized officers of the tendering companies and NOT through individuals or agents acting on their behalf.
  4. This advertisement for invitation shall neither be construed as a commitment on the part of the University nor shall it entitle any Contractor to make any claims whatsoever and/or seek any indemnity from the University of Ibadan.

I.O. Aponmade

Bursar and Secretary

Procurement Planning Committee

Invitation for Tender at Public Service Institute of Nigeria (PSIN)

Public Service Institute of Nigeria (PSIN)

(Office of the Head of the Civil Service of the Federation)

Km12, Abuja – Kubwa Express Way, Dutsen-Alhaji Junction, Abuja

Invitation for Tender

1.0            In compliance with the Public Procurement Act 2007, the Public Service Institute of Nigeria (PS1N), pursuant to its mandate of manpower development, is desirous to undertake the procurement of some projects under the 2013 Capital Budget.

2.0             In light of the foregoing, the Public Service Institute of Nigeria hereby invites reputable, competent and interested Companies/Firms to tender for the execution of the projects:

 

3.0            Projects Description

The scope of the works include, but not limited to the following:

  1. Reconstruction of the dilapidated perimeter fence around the Institute.
  2. Establishment of a fully equipped digital classroom with 70 seating capacity

4.0     Tender Requirement:

Prospective Contractors/bidders are retired to submit the following documents:

  1. Evidence of Registration with Corporate Affairs Commission (CAC);
  2. Evidence of Tax Clearance Certificate for the last three (3) consecutive years:
  3. Evidence of VAT Registration, Remittance and Tax Identification No. (TIN);
  4. Evidence of registration with the provision of the Pension Reform Act 2004 and Industrial Training  Funds (ITF) Amendment Act 2011 as applicable;
  5. Evidence of compliance with Employees compensation Act which requires that all Employers of Labour must remit 1% of the total annual emolument of their workers to the Nigerian Social Insurance Trust Funds (as Applicable);
  6. Evidence of experience as a prime contractor in at least 2 jobs of similar nature within the last 3 years (with provision of letters of award and Completion Certificates);
  7. Company Profile indicating qualifications and experience of key staff for the project;
  8. Evidence of financial capacity or bank support to undertake the project;
  9. The Company’s Audited Accounts for the last three years (2010-2012)
  10. Sworn Affidavit to indicate that the company is not in receivership, insolvent or bankrupt and none of its Directors was ever convicted of fraudulent activity; and
  11. Any other relevant information that will be helpful in determining the bidder’s suitability for the execution of the project.

Collection of tender Documents:

Interested Companies are to collect the Tender documents from the Procurement Unit. Room 129, 1st Floor Yayale Ahmed Building,

PSIN, Km 12, Abuja – Kubwa Express Way Abuja, upon presentation of evidence of payment of N10.000.00non-refundable Tenders fee payable to the Institute’s Account:

Account Name:  Public Service Institute of Nigeria

Account Number: 0052854203

Bank GTBank kubwa

6.0     Submission of Tender Documents.

Completed tender documents should be returned by hand on or before 12.00 noon, on the 17th June, 2013 in two (2) hard copies (one original and a copy) in an envelope clearly marked with the appropriate Project Name and the Name of the Company at the reverse side of the envelope and sealed with a signed forwarding letter addressed to:

The Secretary.

Parastatal Tenders Board,

Public Service Institute of Nigeria (PSIN),

Km 12, Abuja- Kubwa Express Way, Dutsen Alhaji Junction,

Abuja.

  1. Tender Documents are to be dropped into a tender box at Room 129, 1st floor Yayale Ahmed Building on or before l2noon, on the 17th June, 20l3
  2. Late submission: late submission will not be accepted

7.0   Public Bid Opening:

The tender documents will be publicly opened same day by 1:00pm at the Institute’s Conference Hall, Kubwa Express Way, Abuja.

This serves as invitation to the representatives of the companies who may wish to be present at the bid’s opening

8.0     Important Information: PSIN has the right to verify the authenticity of claims made on the documents submitted by companies

Signed

Administrator (PSIN)

Invitation for Pre-Qualification and Tender at Obafemi Awolowo University

Obafemi Awolowo University, Ile-Ife, Nigeria

Invitation for Pre-Qualification and Tender

The Obafemi Awolowo University is desirous of awarding contracts for the under- listed projects for Year 2012 TETFUND Nigerian Universities Games Intervention and internally General Revenue projects. It therefore invites bids for pre-qualification and tender for the following projects.

Tender Pre-qualification Requirement

Prospective Tenders are required to submit their pre-qualification bid containing the under listed documents /information in clearly marked envelopes to the Registrar on or before Tuesday 18th June, 2013

The opening of the bids follows immediately after close of submission.

A.   Breakdown Of Projects Under The Year 2012 Tetfund Nigerian Universities Games Intervention

Lot 1.        Construction of 2 No. Hand Ball Courts

Lot 2         Construction of a Stepped sitting Terrace

Lot 3         Instruction of 3Nos. Tennis Court

Lot 4         Construction of 3 Nos. Volley ball Courts

Lot 5           Construction of 2nos basket ball courts

Lot 6           Procurement of demountable outdoor seating bleacher

Lot 7           Perimeter fencing with galvanised mesh wire and fixing of gates for main football field, practice football pitches, hockey pitches, volleyball court. basketball and handball pitches

Lot 8           Fabrication and installation of 8nos Sliding Door-gates in Lawn tennis Court and accessories.

B;      Breakdown of Projects under the Internally Generated Revenue (IGR)

Lot 9           Supply of Water Treatment Chemical

Lot 10         Rehabilitation of University Library Roof

The Pre-Qualification Document Must Contain The Following:

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

(b)     Evidence of Company Registration with Corporate Affairs Commission

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

(d)     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,

(e)      List of key start who will execute the project with their Curricula Vitae and relevant positions.

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

(g)     Value Added Tax Certificate (VAT Certificate)

(h)     Evidence of remittance of pension contribution of employees to PENCOM in line with section 16. subsection 8 (d) of the Procurement Act.

(i)      Evidence of compliance with the provisions of the Industrial Training Fund Amended Act 2011 in respect of contribution to the fund where applicable

(j)      An affidavit   disclosing whether or not any officer of the relevant committees of the Obafemi Awolowo University 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 cot reel in all particulars.

Tender Procedure

Tenderers are required to pay in a sum of thirty thousand Naira (N30, 000.00) per Lot 1, 3,4,7,8 and 9, a sum of twenty thousand Naira (N20, 000,00) per lot 2 and 5, and Forty Thousand Naira (N40,000.00) for Lot 6 and 10, to the University Bursary or enclose Bank Draft for similar sum payable to Bursar, Obafemi Awolowo University, Ile-Ife. The Bills of Quantity and other Tender documents are obtainable from the Office of the Director of Physical planning and Development Unit of the University at the University Hall Extension between the hours of 8.30a.m and 4.00 p.m. daily upon the presentation of the evidence of payment

Submission of Tender

Tenderers are required to pay in a sum of thirty thousand Naira (N30, 000.00) per Lot 1,3,4,7, 8 and 9, a sum of twenty thousand Naira (N20,000.00) Per lot 2 and 5, and Forty thousand Naira (N40, 000.00) for Lot 6 and 10, to the University Bursary or enclose Bank Draft for similar sum payable to Bursar. Obafemi Awolowo University, Ile-Ife. The Bills of Quantity and other Tender documents are obtainable from the Office of the Director of Physical Planning and Development Unit of the University at the University Hall Extension between the hours of 8.30 a.m and 4.00p.m. daily upon the presentation of the evidence of payment

Submission of Tender

Interested Bidders are expected to put the technical bid in separate sealed envelope and financial bid in another sealed envelope, with each envelope distinctively labeled, while the two envelopes, will be put in a bigger sealed envelope in line with the three envelopes system of tendering.

  1. Envelope for each project should he clearly marked as may be applicable “YEAR 2012 TETFUND NIGERIAN UNIVERSITIES GAMES INTERVENTION OR INTERNALLY GENERATED REVENUE.
  2. It should be forwarded to the Secretary. Tenders Board, Registrar’s Office, Floor 3, University Hall, Obafemi Awolowo University, Ile-Ife. not later 12.00 noon on the closing date,

Closing date for submission of Tenders is Tuesday 18th June, 2013 and the Opening of Tenders follows immediately thereafter in the Committee Room 05, the University Hall.

Please, note that only the pre-qualification bid documents will be opened on the bid opening day and only pre-qualified bidders will be invited for financial bid opening while unsuccessful bidders will have their financial bids returned unopened.

Please note:

The University reserves the right to reject any or all pre-qualification packages

The University will deal only with authorized officers of the tendering companies and not through individuals or agents acting on their behalf.

Ayorinde O. Ogunruka

Registrar and Secretary to Council

Invitation for Pre-Qualification for Supply of Capital Items for 2013 Financial at National Youth Service Corps (NYSC)

Notice

National Youth Service Corps

Directorate Headquarters, Abuja

Invitation for Pre-Qualification for Supply of Capital Items for 2013 Financial

1.0     Introduction

The Management of the National Youth Service Corps (NYSC) intends to execute a limited number of projects for 2013 financial year. Interested, competent and reliable contractors arc therefore invited to express their intention for the Contract items through submission of pre-qualification documents.

2.0     Scope of Works

Supply of items listed below:

Category A:    Supply of 4 Nos. Water Tankers

Category B:    Supply of 5 Nos. Hilux Pick-up Vans

Category C:   Supply of 444 Nos. Sewing Machines

Category D:   Supply of 214 Nos. Hair Steamers and Hair Dryers

Category E:    Supply and Install 3 Nos. 60 80 Tents Marquees of 1.300 people Sitting Capacity.

3.0       Pre-Qualification Requirements

Letters of intent should be accompanied by photocopies of:

  1. Evidence   of  Company   Registration/Certificate   of Incorporation;
  2. Coloured Photocopies of current Company Tax Clearance Certificate for the last (3) three years (2010-2012);
  3. Coloured  Photocopy of Vat  registration Certificate and evidence of Vat Remittances;
  4. Evidence of Verifiable similar jobs successfully executed;
  5. Evidence of Financial capability from a reputable Bank;
  6. Company’s Audited accounts for the last (3) years (2010-2012);
  7. Evidence of registration  with the  Contributory  Pension Scheme;
  8. Evidence of payment of ITF Employer’s Contribution;
  9. Comprehensive Company Profile with convincing proof of competence to undertake the jobs;
  10. Evidence   of technical,   operational   and   managerial capabilities; and
  11. Any other relevant document(s) that will place the company on a competitive advantage over others.

4.0     Submissions

Pre-qualification documents must be spirally bound and enclosed in an envelope clearly marked at the top left hand comer: “Pre-qualification for 2013 capital items with the category (‘A’, ‘B’, ‘C’, ‘D’, OR ‘E’) clearly indicated and addressed to: The Director General, National Youth Service Corps, Yakubu Gowon House, 416 Tigris Crescent, Off Aguiyi Ironsi Street, Maitama-Abuja and dropped in the Tenders Box at the NYSC Tenders Board Secretariat, Procurement Department, 3rd Floor Wing ‘B’ Room 317, NYSC Directorate Headquarters, Yakubu Gowon House, Maitama-Abuja.

5.0     Closing Date

The closing date for the submission of the pre-qualification documents shall be on Monday 17th June, 2013 at 11:00 am, while opening of the pre-qualification documents will follow immediately on the same day, Monday, 17th June, 2013 by 11:00 am at the Conference Hall, 6th floor, NYSC NDHQ, Abuja. All Contractors, Observers and Members of the General Public are invited to witness the Pre-qualification Exercises.

6.0       Tenders Opening

Tendering will be applied to only pre-qualified Contractors who will be issued bidding documents to prepare their bids. The closing date for the submission of all financial bids is Monday, 15th July, 2013 at 11:00 am while opening of the financial bids will follow immediately on same day, Monday, 15th July, 2013 by 12:00 noon at the Conference Hall, 6th floor, NYSC NDHQ, Maitama-Abuja.

All Bidders, Observers and the General Public are equally invited.

Please Note That:

  1. Pre-qualified Contractors will be required to pay a non refundable tender fee of Twenty Thousand Naira (20,000.00) only in certified Bank Draft payable at the NYSC Accounts Department.
  2. Failure to fulfill any of the conditions in 3.0 (i-xi) above shall render an application invalid for further consideration.
  3. The National Youth Service Corps shall reserve the absolute right of rejecting any document it considers doubtful.
  4. All C AC, VAT, PENCOM, ITF and Tax Clearance Certificates may be referred to the Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), National Pension Commission, Industrial Training Fund Headquarters and other relevant bodies for verification.
  5. In view of the disperse location of NYSC operations across the Federation, contracts for some listed categories may be awarded to more than one contractor for purposes of spontaneous execution course.
  6. The Directorate of the National Youth Service Corps also considers it an act of patriotism to accept executing jobs in any part of the country in line with the NYSC ideal of patriotism to National Service.

The advertisement shall not be construed as a commitment on the part of the National Youth Service Corps, nor shall it entitle responding contractors to seek any indemnity from NYSC by virtue of such contractors having responded to this advertisement/invitation for pre-qualification.

Signed

Management

Invitation for Pre-Qualification for 2011/2012 Merged Tetfund Projects at Federal Polytechnic Mubi, Adamawa State

Federal Polytechnic Mubi

Adamawa State

Invitation for Pre-Qualification for 2011/2012 Merged Tetfund Projects

Introduction:

The Federal Polytechnic Mubi is desirous of building an ultra modern teaching, learning and school administration centre for the School of Environmental Technology like none before it and in record time given the excellent certainty of TETFUND project financing.

Projects

LOT A – Construction of School of Environment Studies Complex

LOT B – Procurement of Classroom/Office Furniture

LOT C – Procurement of 60 Nos. of Desktop Computers, 20 Inch Flat Screen LCD.

Consequently, the Federal Polytechnic Mubi wishes to invite reputable and reliable construction companies and suppliers to indicate their interest to pre-qualify for the projects.

Pre-Pre-Qualification Requirement

  1. Evidence of Registration with Corporate Affairs Commission.
  2. Evidence of Tax Clearance for the last three (3) years.
  3. Evidence of Compliance with PENCOM requirement.
  4. Evidence of Current Registration as a Contractor in category “C” with

Federal Polytechnic Mubi.

  1. Evidence of Registration with ITF
  2. Evidence of Registration with NS1TF
  3. Comprehensive Company Profile
  4. Proposed Management Team, Organizational Chart, with CVs of Key

Personnel to be deployed on the Project.

  1. Evidence of successful execution of projects within the last 5 years, similar in Scope and Complexity. (Copies of letters of award and successful completion certificates and supporting reference letters should be attached).
  2. Reference letter from Bank stating willingness to grant a credit line of a minimum of N50 Million in order to carry out such a project,
  3. List of Equipment to be deployed to the project,
  4. Company’s Audited Account for the past three years.
  5. Evidence of Registration with VAT/TIN
  6. Evidence of Social Responsibilities Rendered (if any)

The above documents and any other useful information should be bound and submitted in sealed plain envelope clearly stating the project name and lot(s) for which the pre-qualification is sought in left hand side corner and addressed to:

The Registrar,

Federal Polytechnic Mubi,

Adamawa State

Submission of Pre-Qualification Documents

Submission of completed pre-qualification documents, which must be enclosed in a sealed envelope with the title of the project written at the top left hand corner of the envelope, should be submitted and address to THE REGISTRAR FEDERAL POLYTECHNIC MUBI, ADAMAWA STATE latest by 12noon on Friday 28th of June, 2013.

Opening of Pre-Qualification Documents

Pre-qualification documents shall be opened at 2:30pm on Friday, 28th of June 2013 in the council hall of the Federal Polytechnic Mubi. Bidders are invited to opening of the pre-qualification documents.

Note: Companies should note that the pre-qualification is not an invitation to tender or bid and does not create any commitment by Polytechnic to any company. Only pre-qualified companies will be invited to tender for the projects.

The pre-qualification notice has already been published in Leadership Newspapers and the Sun Newspapers of 7th May, 2013. Opening of pre-qualification documents will not be on Friday 28th June, 2013.

Signed:

Alh. Suleiman S. Buba

Registrar