Invitation for Technical and Financial Bids In Respect Of 2012 Tetf Bot Special Intervention Projects at FCT College of Education, Zuba

Federal Capital Territory Administration (FCTA)

FCT College of Education, Zuba P.M.B 61.Garki Abuja

Invitation for Technical and Financial Bids In Respect Of 2012 Tetf Bot Special Intervention Projects

The Tertiary Education Trust Fund (TETF) has approved the utilization of the 2012 BOT Special Intervention on the following projects:

Lot 1:         Construction of Physical and Health Education

                   Department: TETFund Project No.: COE/ZUBA/TETFUND/SP/12/01

Lot 2:         Procurement of 1088No Science Laboratory

Equipment: TETFund Project No.: COE/ZUBA/TETFUND/SP/12/02

Lot 3:         Procurement of 213No ICT Equipment and Furniture for Computer Typing Pool Laboratory in Business

Education Department: TETFund Project No.: COE/ZUBA/TETFUND/SP/12/03

Lot 4:         Furnishing of Arts and Social Science Resource Rooms:

TETFund Project No.: COE/ZUBA/TETFUND/SP/12/04

Lot 5:         Procurement of 2 No Toyota Hilux 4 WD D-Cabin 2.7Cc

WT-2012 Model: TETFund Project No.: COE/ZUBA/TETFUND/SP/12/05

2.       In view of the above, the College wishes to invite competent, reputable and interested contractors who have the Technical knowledge to come forward for the bidding process.

3. Pre-Qualification Requirements/Criteria

The pre-qualification requirements/criteria include the following:

  1. Certificate of incorporation with Corporate Affairs Commission (CAC);
  2. Evidence of Tax Clearance Certificate for the past three consecutive years;
  3. Evidence of VAT Registration and Evidence of past remittance;
  4. Job profile that have direct bearing with the job which pre-qualification is sought;
  5. Evidence of financial capability to execute the job (current Bank reference);
  6. Company audited Accounts for the past three (3) years;
  7. Company profile indicating Names and Qualification of key personnel.

4. Submission of Technical and Financial Documents

Competent and interested contractors are to submit both Technical and Financial Bids in respect of the projects advertised. The bid documents are ready for collection on payment of a non-refundable fee of Twenty Thousand Naira (N20, 000.00) only into the Account No.: 2008695800 of First Bank, Zuba Branch for each Lot. Both documents (Technical and Financial) duly marked should be addressed to:

The Registrar,

FCT College of Education,

Zuba Abuja.

Not later than 12:00 noon on Thursday, July 4th, 2013.

5. Opening of Technical and Financial Documents

All submissions received will be publicly opened on Thursday, July 4th, 2013 at the College conference room by 2:00p.m.

6.       Prospective Tenderers are requested to note that: –

i.        Only companies who’s Technical Bids scaled through the pre-qualification stage will have their Financial Bids opened. All companies who failed to scale through this preliminary stage will have their financial documents dropped and

ii.       Prospective Tenderers are advised to come to the venue of the opening with the originals of the following documents for sighting:

  1. Certificate of Incorporation (CAC);
  2. ax Clearance Certificate;
  3. VAT Certificate; and
  4. Receipt of payment of Tender fees.

Signed:

MUHAMMAD M. LIMAN

Registrar

Invitation for Expression of Interest for Consultancy Services at University of Uyo, Uyo

University of Uyo, Uyo

P.M.B. 1017 Uyo-Nigeria

Invitation for Expression of Interest for Consultancy Services

Years 2009/2010/2011/2012 (Merger) Tetfund Normal Intervention Projects

1.     Introduction

The Management of the University of Uyo, Uyo intends to engage the service of interested, competent and reliable consultants to express interest in providing Consultancy   Services   for   the   execution   of Years 2009/2010/2011/2012 (merger) Tetfund Normal Intervention for the under-listed projects at the Main Campus of the University.

2.     Projects

Project: No. 1: Construction of Centre for Entrepreneurial Services at the University of Uyo Main Campus:

(i)      UU/CONS/Tetfund/2013/001 -Design of the Centre for Entrepreneurial

Services at the Main Campus

Lot 1 A-      Architectural

Lot 1B –      Structural Engineering

Lot 1C-       Mechanical/Electrical Engineering

Lot 1D-       Quantity Surveying

Lot 1E-       Geotechnical Services

Project No.2: Construction of the University Central ICT Complex at the Main Campus

(ii)        UU/CONS/TETfund/2013/002 – Design of the University Central ICT

Complex at the Main Campus

Lot 2A- Architectural

Lot 2B – Structural Engineering

Lot 2C – Mechanical/Electrical Engineering

Lot 2D – Quantity Surveying

Lot 2E – Geotechnical Services

Project No. 3:      Construction of Classroom block

(iii)    U/U/CONS/TETfund/2013/003 – Design of Classroom block

Lot 3 A – Architectural

Lot3 B – Structural Engineering

Lot 3 C – Mechanical/Electrical Engineering

Lot 3 D – Quantity Surveying

Lot 3 E- Geotechnical Services

3.       Requirements

1.       Interested Consultants are to submit copies of their detailed proposals as these will form among others, the basis for pre-qualification

2.       A comprehensive company profile, paged with table of contents and labelled separators to include the following and in the underlisted order:

a)     a letter of application for each of the lots of interest;

b)      evidence of company registration/Certificate of Incorporation from Corporate Affairs Commission (CAC);

c)     current Company Tax Clearance certificate for the last three (3) years (2010-2012) with Tax Identification Number (TIN);

d)    VAT registration certificate and evidence of VAT remittances;

e)     evidence of personnel capability including list of key professionals and other related staff with photocopies of academic and , professional certificates and signed CV’s, accompanied with one passport photograph stapled to the cv, as well as other resources; (the passport photograph is to be authenticated at the backside by the Principal Partner).

f)      evidence of verifiable 3No jobs of similar magnitude successfully executed or ongoing in the past 10 years;

g)     evidence of registration of Principal Partners or Director(s) with relevant professional Registration Councils – ARCON, COREN, QSRBN etc.;

h)    current Registration of the Practice with appropriate professional Registration Councils   ARCON, CORHN, QSRHN etc.;

i)       list of relevant equipment/tools/technology capacity;

j)       name/e-mail address, GSM contact persons numbers;

k)    evidence of financial capability and support from the bank;

l)       company’s audited accounts for the last three years if a Limited Liability Company (2010-2012);

m)  a letter authorizing University of Uyo, Uyo to verify claims made on your submission with relevant agencies and bodies;

n)    evidence of Employee Pension Fund Contribution Registration and evidence of remittance in line with section (6d) of the Public Procurement Act, 2007;

  • o)    evidence of contribution to Industrial Training Fund (ITF) for the last three(3)years (2010-2012);

p)    Sworn Affidavit disclosing as follows:

 

i)                   That all documents submitted are not only correct but genuine;

ii)                That the Directors) has/have never been convicted by any Court of Law.

iii)              that none of firm’s Director or the Company is bankrupt,

iv)              That none of the officers of UNIUYO or BPP is a former or present Director/Staff of the Company.

Applicants can indicate interest in more than one project provided that each project is applied for separately with all attachments made also separately. Consortiums can however make single submissions per project.

4.         Submission of Documents

Two (2) soft bound copies and a soft copy of the application in a CD are required for each lot.   Submissions of file or hard bound copies are not acceptable. Submissions are to be made in sealed envelopes, clearly marked “Expression of Interest/Pre-qualification, Lot and Name of the Project)” and hand deliver to:

The Registrar

University of Uyo

P.M.B.1017

Uyo – Akwa Ibom State

Nigeria

 

Submission closes by 12.00 noon of 4th July, 2013 and any submissions made thereafter, stands rejected.

 

The submission register must be signed at the point of submission. Pre-qualification documents will be opened on 4th July, 2013 at 1.00p.m. prompt at the University of Uyo Senate Chambers, Town Campus, along Ikpa Road, Uyo.

Note:

1.       Pre-qualification documents are to be prepared in English Language.

2.       Nothing in this advertisement shall be construed to be a commitment on the part of University of Uyo, Uyo to undertake the project(s) or entitle any Consultant to make any claim(s) whatsoever in respect of any expenses incurred in preparing responses.

3.       Firms that are pre-qualified, will be contacted.

Signed

Mrs. Edak U. Umondak

REGISTRAR

Invitation for Pre-Qualification Y2012 UBEC/SUBEB Intervention Projects at Lagos State Universal Basic Education Board (SUBEB)

Lagos State Government

Lagos State Universal Basic Education Board (SUBEB)

Invitation for Pre-Qualification Y2012 UBEC/SUBEB Intervention Projects

Lagos State Universal Basic Education Board is a Government Parastatal with a mission to create a conducive environment for quality Teaching and Learning through the provision of infrastructure, capacity building and support for the LGEAs. In pursuance of its mandate and in compliance with the requirement of the Procurement Act, Lagos State Universal Basic Education Board

(LSUBEB) has received approved action plans in pursuant to the Execution of the Year 2012 (UBEC/LSUBEB) Intervention Fund Projects, for the Construction, Rehabilitation of Blocks of Classrooms and Procurement of Furniture. Towards this end, LSUBEB hereby invites experienced and reputable companies for pre-qualification for the Construction, Rehabilitation of Blocks of Classrooms and Procurement of School furniture. Thereafter, pre-qualified contractors will be invited to BID for various contract awards as indicated below:

(A)  Construction of New Classrooms

S/N

 

Lot

 

Project Description

 

Project REF. No. Location LGA/LCDA
1 Lot1

 

Construction of a block of 13 Classrooms, HM Office, Asst. HM Office, Store and Toilets (Pad Fdn)

 

PRY/CON/1 Anu Oluwapo Pry. School Oyewole, Agege

 

Agege
2 Lot 2

 

Construction of a block of 13 Classrooms. HM Office, Asst. HM Office, Store and Toilets (Raft Fdn)

 

PRY/CON/2 Ijegun Primary School, 1 & 2 Amuwo Odoftn

 

Amuwo Odoftn
3 Lot 3

 

Construction of a block of 13 Classrooms, HM Office, Asst. HM Office, Store and Toilets (Raft Fdn)

 

PRY/CON/3 R.C.M Primary School. Ibeju, Lekki

 

Ibeju, Lekki
4 Lot 4

 

Construction of a block of 13 Classrooms. HM Office, Asst. HM Office, Store and Toilets (Raft Fdn)

 

PRY/CON/4 Salvation Army Pry. School : Ilogbo-Eremi Badagry

 

Badagry
5 Lot 5

 

Construction of a block of 1 3 Classrooms, HM Office, Asst HM Office, Store and Toilets (Raft Fdn)

 

PRY/CON/4 Methodis Pry. School,  Badagry

 

Badagry
6 Lot 6

 

Construction of a block of 13 Classrooms, HM Office, Asst. HM Office, Store and Toilets (Pad Fdn)

 

PRY/CON/6 L .G Primary School Noforija,        Epe

 

Epe
7 Lot 7

 

Construction of a block of 13 Classrooms .Principal Office, vice principal office. Store and Toilets (Pad Fdn)

 

JSS/CON/7 Agbowa Community Junior Grammar School Agbowa Ikosi, Epe

 

Agbowa Ikosi LCDA
8 Lot 8

 

Construction of a block of 13 Classrooms, HM Office, Asst. HM Office, Store and Toilets (Pad Fdn)

 

PRY/CON/8 First African Church Pry, School II, Iju-lshaga, Ifako Ijaye

 

Ifako Ijaye

 

9 Lot 9

 

Construction of a block of 13 Classrooms, HM Office, Asst, HM Office, Store and Toilets (Pad Fdn)

 

PRY/CON/9 C&S Primary School, II,  Ikorodu Ikorodu
10 Lot 10 Construction of a block of 1 3 Classrooms, HM Office. Asst HM Office, Store and Toilets (Pad

Fdn)

 

PRY/CON/10 Emmanuel Pry. School Ojota

 

Kosofe
11 Lot 11 Construction of a block of 13 Classrooms, HM Office, Asst, HM Office, Store and Toilets (Raft Fdn)

 

PRY/CON/11 Oroku Primary School. Lagos Mainland

 

Mainland
12 Lot 12 Construction of a block of 20 Classrooms, Principal Office, Wee Principal Office, Store and Toilets (Raft Fdn)

 

JSS/CON/12 Jibowu Junior Secondary School, Yaba

 

Mainland
13 Lot 13 Construction of a block of 13 Classrooms, Principal Office, Vice Principal Office, Store and Toilets (Raft Fdn)

 

JSS/CON/13 Iba Junior Secondary School, Iba

 

Ojo
14 Lot 14 Construction of 2 Storey Building of 11 Classrooms, HM Office, Asst, HM Office, Store and Toilets (Pad Fdn)

 

PRY/CON/14 S.S Peter and Paul Primary School, Somolu

 

Somolu
15 Lot 15 Construction of a block of 13 Classrooms, HM Office, Asst, HM Office Store and Toilets (Raft Fdn)

 

PRY/CON/15 Ijeshatedo Primary School, Itire Ikate

 

Surulere
16 Lot 16 Construction of 140m Wall Fence with Gate andG3teHouse(Pad Fdn)

 

PRY/CON/16 Oki Primary School Alimosho

 

Alimosho
17 Lot 17 Construction of 280m Wall Fence with Gate and Gate House (Raft Fdn)

 

PRY/CON/17 Oroku Pnmary School, Lagos Mainland

 

Mainland
18 Lot 18 Construction of a 403m Wall Fence with Gate and Gate House (Pad Fdn)

 

PRY/CON/18 Egbe Community Primary School, Alimosho

 

Alimosho
19 Lot 19 Construction of a 150m Wall Fence with Gate and Gate House (Pad Fdn)

 

PRY/CON/19 S.S Peter and Paul Pry. School, Somolu

 

Somolu
20 Lot 20 Construction of a 470m Wall Fence with Gate and Gate House (Raft Fdn)

 

PRY/CON/20 R.C.M Primary School, Ibeju Lekki

 

Ibeju Lekki
21 Lot 21 Construction of a 149m Wall Fence with Gate and Gate House (Pad Fdn)

 

PRY/CON/21 First African Church Primary School Iju lshaga

 

Ifako Ijaiye

(B)   Rehabilitation of Classrooms

S/N Lot Project Description

 

Project REF. No. Name of School (s) LGA/LCDA
22 Lot 22 Rehabilitation of a block of 8 Classrooms with 2 Offices

 

PRY/REN/1 Egbe Community Primary school, Alimosho Alimosho
23 Lot 23 Rehabilitation of a block of 4 Classrooms with  Offices

 

PRY/REN/2 L.G Primary School, Notoria, Epe Epe
24 Lot 24 Rehabilitation of a block of 7 Classrooms PRY/REN/3 Mayegun Primary School, Eti-Osa Eti-Osa
25 Lot 25 Rehabilitation of Administrative block with Hall and Toilets PRY/REN/4 Olusosun Primary School, Ikeja Kosofe
26 Lot 26 Rehabilitation of Administrative block with Toilets PRY/REN/5 Methodist Primary School Ibeshe, Ikorodu Ikorodu
27 Lot 27 Rehabilitation of a block of 6 Classrooms and Construction of Cubicle Toilets PRY/REN/6 Methodist Primary School Ibeshe, Ikorodu Ikorodu

(C)  Procurement Of Furniture

 

S/N Lot Project Description

 

Project REF. No. Name of School (s) No of Allocation
28 Lot 28-43 Procurement of 1, 612 ECCDE Furniture

 

ECCDE/FUR/1

 

To be distributed to schools.

 

To be disaggregated into 100 sets each.

 

29 Lot 44-76 Procurement of 6,755 Pupils Furniture

 

PRY/FUR/2

 

To be distributed to schools.

 

To be disaggregated into 200 pairs each.

 

30 Lot 77-86

 

Procurement of 2,000 Student Furniture

 

JSS/FUR/3

 

To be distributed to schools.

 

To be disaggregated into 200 pairs each.

 

31 Lot 87-106 Procurement of 1,000 Teachers Furniture

 

TEACHER/FUR/4 To be distributed to schools.

 

To be disaggregated into 50 sets each.

 

Pre-Qualification Requirements

(A)    Evidence of Registration with Corporate Affairs Commission.

(B)     Evidence of Current and Valid Registration with Lagos State Tenders Board.

(C)     Current Tax Clearance Certificate of the Company and two directors for the last three (3) years.

(D)    Company profile and organizational structure including names and resume of key staff with genuine reachable addresses and phone numbers

(E)     Verifiable list of jobs successfully handled, stating the value in each case

(F)     Evidence of the Company’s Financial capability and Bank support

(G)    A sworn affidavit that all documents submitted is genuine and verifiable

(H)    Any additional information that may enhance the pre-qualification of the Company

Submission:

Pre-qualification documents in wax sealed envelopes, clearly marked:

“PRE-QUALIFICATION FOR Y2012 UBEC/SUBEB INTERVENTION

PROJECTS”

Addressed to:

THE PROCUREMENT OFFICER

LAGOS STATE UNIVERSAL BASIC EDUCATION BOARD

MARYLAND, SCHOOL COMPLEX, MARYLAND, IKEJA, LAGOS.

Should be submitted between the hours of 8:00am to 4:00pm into a TENDER BOX located in the SUBEB Reception Area.

NB: Pre-qualified Bidders will be contacted to collect BID DOCUMENTS at the PROCUREMENT OFFICE from 8:00am to 4:00pm at a non-refundable fee of 25, 000 (Twenty five Thousand Naira only) for Constructions and Rehabilitation Projects and 10, 000 (ten Thousand Naira only) for Furniture. However, payment in favour of Lagos State Government must be made through Bank Draft or Cash to WEMA Bank PLC, Maryland Branch:

Account No: 0921000102715

Branch Code: 069

Revenue Code: 4020023

Ministry Code: 4620000  

Pre-qualification closes 20th June, 2013. MULTIPLE BIDDING WILL BE DISQUALIFIED.

Opening of Tenders follows immediately, please.

The closing date is 20th June, 2013 at 12:00noon prompt.

Late Application will not be accepted, please

Signed

GBOLAHAN K. DAODU (MRS)

Executive Chairman

Invitation for Pre-qualification &Tender at Delta State Polytechnic, Ozoro

Delta State Polytechnic, Ozoro

(Learning, Research & Service)   

Invitation for Pre-qualification &Tender

Delta State Polytechnic, Ozoro has completed arrangement for the execution of 2013 TETFund Special Intervention Projects as approved 2013 as follows:

(I) Project Description

A.      Construction of 500 Capacity Mass Communication Lecture Theatre and Furnishing.

B.      Construction of 260 Capacity Twin Lecture Theatre for Fine Art and Applied Arts and furnishing.

C.      Procurement and Installation of Laboratory Equipment for Chemical Engineering Equipment.

D.      Construction of Fine Arts Studio and Installation of Equipment

(2) Pre-Qualification Requirements

(i)      Registration with Corporate Affairs Commission

(ii)     Updated Tax Clearance

(iii)    Company Profile

(iv)    Evidence of PENCOM

(v)     Evidence of ITF

(vi)    List of plants and equipment owned by your organization.

(vii)   Evidence of similar jobs carried out.

(viii) Audited Account for the last three (3) years.

(3) Pre-Qualification/Tender Fees

Interested contracts are to pay to the Bursary a non-refundable pre qualification/Tender fee of N30, 000.00 for construction and N20, 000.00 for procurement.

(4) Collection of Tender Documents

Bidders are advised to collect the Tender documents from the office of the Rector, Delta State Polytechnic on presentation of receipt for the pre- qualification/Tender fees.

(5) Return of Documents

Pre-qualification/Tender documents should be returned along with original receipt for the payment of the non-refundable pre-qualification/Tender fees in two separate scaled envelop with one marked “Pre-qualification for (LOT)” AND THE OTHER MARKED “Tender for LOT)” and both enclosed in an envelope wax-sealed and marked “Year 2013 TETFund SPECIAL INTERVENTION LOT..)” On the right hand corner and addressed to the:

The Rector, Delta State Polytechnic, Ozoro, Delta State

To reach him not later than 11.00am 20th June, 2013

(6) Opening

All bids duly received shall be opened by 12.00 noon on the 20th June, 2013 at the Delta State Polytechnic Conference Hall. All Bidders or their representative and interested members of the public are hereby invited to witness the opening of the Bids as scheduled.

7) Important Notice

This advertisement shall not be construed to be commitment on the part of Delta State Ozoro to award any form of contract to your company and only pre-qualified bids will tender bids analysed.

Signed:

Rector

 

Request for Expressions of Interest at The West African Monetary Institute (WAMI)

The West African Monetary Institute (WAMI)

Request for Expressions of Interest

Development of Local Content Policy Guide and Training Modules for the Six Member States of the West African Monetary Zone (WAMZ)

The West African Monetary Institute (WAMI) has received a grant from the African Capacity Building Foundation (ACBF) towards the cost of capacity building and intends to apply a portion of proceeds of this grant to the development of a Local Content Policy Guide for the six member states of the WAMZ. The Member States of the WAMZ are The Gambia, Ghana, Guinea, Liberia, Nigeria and Sierra Leone, The purpose is to increase Member States’ understanding of how local businesses can gain wider access to job opportunities and technology offered by the extractive industry and infrastructure projects.

WAMI requests expression of interest to develop a Local Content Policy Guide and training modules on local content policy, technology transfer and value-added in the extractive sector and in infrastructure projects.

1.       The implementation of the assignment is open to companies/firms/individuals involved in local content issues or with expertise and experience in the development of local content policy.

2.       Respondents may team up with others either in a joint venture or in a sub­contract agreement to complement their respective areas of expertise in order to enhance their capacity to execute the assignment, but is not obligatory.

3.       Proposals will be evaluated in accordance with the rules and procedures of the ACBF for the selection and engagement of consultants. Specifically, proposals will be evaluated on their responsiveness to meeting the immediate objective of the assignment.

4.       The costs of preparing the proposals and of negotiating the contract are not reimbursable by WAMI.

5.       All proposals must be accompanied by:

i.        Valid Company/Business Registration Certificate

ii.       Valid Tax Clearance Certificate

6.       The closing date of submission is June 15th 2013.

7.       Proposals must be valid for forty-five days from the closing date of submission.

8.       Proposals should be sent to:

The Director General

Attention: Director, Operations and Regional Integration

‘Local Content’

Gulf House

PMB CT 75

Cantonments

Accra OR

info@wami-imao.org