Invitation for Submission of Technical and Financial Bids for the Procurement of Equipment for the Department of Chemical Engineering at Kaduna Polytechnic

Kaduna Polytechnic

P.M.B. 2021 Kaduna, Nigeria

 

Invitation for Submission of Technical and Financial Bids for the Procurement of Equipment for the Department of Chemical Engineering

 

1.0     Introduction

 

The Kaduna Polytechnic wishes to notify the general public of its intention to embark on a project for Procurement of Service Units for the Department of Chemical Engineering. The project shall be funded from the Institution’s Internally Generated Revenue.

Interested and eligible contractors are hereby invited to submit Technical and Financial Bids for procurement below.

 

2.0     Scope of Work

The scope of work comprises of:

  • Procurement, Installation & Commissioning of Equipment Chemical Engineering Department

 

3.0     Requirements

 

The following documents should be submitted in the order listed for the purpose of assessment.

1.       Evidence of incorporation of the company with the Corporate Affairs Commission (CAC)

2.       Memorandum and Articles of Association of the company and an up to date annual return with the CAC.

3.       Company profile with certificates, telephone numbers and e-mail addresses of key personnel.

4.       Tax Clearance Certificate for the last three years

5.       Company audited account over the last three years

6.       Evidence of VAT registration and remittance in the last three years

7.       Evidence of registration with the Pension Commission and remittance of contributions

8.       Evidence of successful completion of similar projects. (Letters of commission and certificates of practical completion)

9.       Reference letter from a reputable bank

10.     Evidence of registration with the Industrial Training Fund

11.     Sworn affidavit certifying the following:

i.        The company is not in insolvency or receivership

ii.      The company does not have any director who has been convicted by any court for financial offence in relation to fraud or financial impropriety

iii.      That no Officer of Kaduna Polytechnic is a former or present director or shareholder of the company

iv.      That there has been no promise of any gift in any form to any of the Polytechnic staff

12.     Verifiable evidence of relevant equipment and facilities and their location (where they can be inspected) with proof of ownership, hire or lease agreement.

13.     All photocopies of documents should be submitted in colour. Originals should be made available for sighting on request.

 

4.0     Submission of Documents

The Technical and Financial Bids should be put in separate envelopes and identified accordingly. The two envelopes should then be sealed in an envelope and marked “confidential” along with the title of the procurement at the left hand corner and sent to the address indicated below. Name, Telephone Number and mailing address of the bidding entity should be clearly stated on the reverse side of the envelope(s).

 

The Registrar,

Kaduna Polytechnic,

Tudun Wada Main Campus, Kaduna

 

5.0     Closing Date of Submission

 

Closing date for the submission of Technical Bids shall be on 2nd July, 2013 by 12 Noon while the opening shall be on the same date by 1.30pm at the Council Chambers, Central Administration Building Tudun Wada, Kaduna. The closing date for the submission of Financial Documents shall be on 16th July, 2013 by 12.00 Noon while the opening shall be at 1.30pm at the Council Chambers, Central Administration Tudun Wada, Kaduna on the same date.

 

Note

Only the Financial Documents of pre-qualified contractors shall be opened on the date stated above. The Financial Documents can be obtained from the office of the Director Physical Planning during working hours Monday through Friday after the payment of the appropriate Tender Fees.

 

This advertisement shall not be construed as a commitment on the part of the Kaduna Polytechnic Management nor shall it entitle responding Tenderers to seek any indemnity from the Polytechnic by virtue of such Tenderers having responded to this advertisement.

 

Signed:

Alh. Zayyana Ibrahim Kukasheka

Registrar

 

Advertisement for Pre-Qualification of Contractors/ Suppliers at Federal University Wukari

Federal University Wukari

Katsina – Ala Road

P.M.B. 1020 Wukari, Taraba State

 

Advertisement for Pre-Qualification of Contractors/ Suppliers

1.       The Federal University Wukari in its effort to implement its Approved Federal Capital Projects Allocation for the year 2013, hereby invites interested and reputable Contractors to submit Tenders for the purpose of Pre-qualification exercise as follows:-

 

S/No.

 

Description of Projects Lot No.

 

1 Supply & installation of firefighting equipment

 

Lot 1A
2 Supply of environmental & Maintenance equipment

 

Lot 1B
3 Supply of Library Books & Equipment

 

Lot 1C
4 Rehabilitation & Construction of staff quarters

 

Lot 1
5 Construction of perimeter fence phase 11

 

Lot 2
6 Construction of gate house

 

Lot 3
7 Construction of entrepreneurship centre

 

Lot 4
8 Construction of roads, car park & landscaping

 

Lot 5
9 Construction of Student Hostel

 

Lot 6
10 Construction of sports ground (foot ball field) & supply of equipment

 

Lot 7
11 Construction of 500,000 litre capacity over head water storage tank & reticulation phase 11

 

Lot 8

 

2.       Pre-Qualification Criteria

 

Interested Contractors/Suppliers are invited to submit the following documents; viz

 

i.        Evidence of incorporation of company with Corporate Affairs Commission.

ii.       Company Audited Account for the last three (3) years.

iii.      Evidence of Current Tax Clearance Certificate.

iv.      Provision of Tax Identification Number (TIN) by Contractor.

v.       Evidence of compliance with Pension Reform Act.

vi.      Evidence of compliance with ITF Amendment Act 2011

vii.     Evidence of Financial capability and banking support

viii.    Evidence of similar and verifiable projects executed not just awarded within the last three (3) years and knowledge of the Industry.

ix.      Company’s Annual turnover.

x.       Evidence of VAT registration.

xi.      Comprehensive Company profile and organizational structure.

xii.     Evidence of availability of necessary equipment.

xiii.    Evidence of technical capacity.

xiv.    Evidence of Experience /Technical qualification and experience of key      personnel to be deployed on the project.

xv.     Sworn Affidavit attesting to the authenticity of information provided and that such information is true in every respect and that the company is not in receivership and none of its Directors has ever been convicted of fraudulent activity.

xvi.    Evidence of Payment of Processing fee of N25,000.00 in bank draft in favour of “Federal University Wukari” to the University

 

3.       Verification of Claims:

Please note that Federal University Wukari reserves the right to verify claims made in the Pre-qualification documents submitted by interested contractors / Suppliers.

 

4.       Submission of Pre-Qualification Tender

 

Two copies of all Tender documents to be submitted must be in a sealed envelope and marked at the top-right hand corner of the envelope “Pre-Qualification for (Project Name/Lot No)”: addressed to:

The Registrar, Federal University Wukari,

Katsina – Ala Road

P.M.B. 1020

Wukari, Taraba State

 

And drop in Tender Box at Administrative Building of the Federal University

Wukari, Taraba State

 

5.       The submission of this Tender will close by 12.00 noon Monday, 1st July 2013 and shall be opened publicly on same date Monday, 1st July, 2013 by 2.00 pm at the Large Lecture hall, Multipurpose building, University Campus in the presence of all interested bidders or their representatives in attendance.

 

6.       Tenderers that are interested in more than one project must apply separately for each LOT of the projects.

 

7.       Successful bidders shall be notified to collect the appropriate Tender Documents for the commercial/financial bidding.

 

8.       The University shall not enter into correspondence with any unsuccessful bidder.

 

Signed:

Registrar

Federal University Wukari

 

Invitation for Bidding and Lease Management of Hotels at Taraba State Ministry of Information Culture and Tourism

Taraba State Ministry of Information Culture and Tourism

 

Invitation for Bidding and Lease Management of Hotels

 

Background

 

The government of Taraba State owner of Jalingo Hotel, located in Jalingo, and Jalingo extension (Jolly Nyame Stadium) Jalingo, is interested in leasing out these Hotels to reputable and competent Hotel managers (lessees). The purpose of this, is to have effective management of the Hotels to be able to yield revenue to the state government.

 

2.       The Ministry of Information, Culture and Tourism invites sealed bids from eligible bidders for the management of these Hotels.

 

The description of the Hotels are as follows:

 

S/No. Name of Hotel

 

Description Location
1a.

 

 

 

 

 

 

 

1b.

Jalingo Hotel

Jalingo

 

 

 

 

 

 

Facilities

(i)   4 V. I P suites

(ii)  4 Luxury double rooms

(iii) 10 standard double rooms

(iv) 6 Executive suites

(v)  20 studio rooms

(vi) Extension. 50 rooms

Total: 94 Rooms

 

(a) 2 Dome tents (Big and small)

(b) 1 Banquet Hall

(c) 1Open Air Theatre

 

 

Jalingo
2a.

 

 

 

2b.

Jalingo Hotel

Extension

(Jolly Nyame Stadium).

 

Facilities

(i)    4V. I. P suites

(ii)   28 Standard singles

Total:   32 Rooms

 

(a) I garden bar

(b) I swimming pool

Jalingo

 

3.       Pre-Qualification Requirements

It is expected that bidders should be reputable and technically competent with verifiable track records of performance in Hotel management. Therefore, all interested bidders wishing to bid for the management of these Hotels, must have the following Pre-qualification documents.

 

(a)     Evidence of Certification of Incorporation with Corporate Affairs Commission (C. S. C.)

(b)    Evidence of Hotels successfully managed.

(c)      Audited account of such Hotels or Company.

(6)     Must have not less than five (5) years of experience in similar venture

 

4.       Intending bidders are advised to visit these Hotels and come out with proposals for renovation and sharing formular between the Taraba state government and the bidders

 

The lease management period is for five [5] years, while the mode of payment will be contained in the lease management agreement to be produced by the Ministry of Justice, Taraba state.

 

Successful applicants will be invited for interview and negotiation.

 

5.       Submission of Completed Documents

The pre-qualification documents, must be submitted in sealed envelope and clearly marked “Pre-Qualification to Bid” (Taraba Hotels).

 

All applications should be submitted and addressed to the Permanent Secretary, Ministry of Information, Culture and Tourism, Jalingo. Taraba State, on or before 17th June 2013, and successful applicants, will be invited for interview and negotiation after one [1] week of submission of applications.

 

6.       Please Note:

(a)    The Ministry reserves the right to verify any claim by bidders.

(b)     Full bidding procedures will be applied only to bidders that have been pre-qualified and found capable of managing die Hotels.

(c)      This advertisement should not be construed as a commitment on the part of the Ministry nor shall it entitle bidders to make any claim whatsoever or seek any indemnity from the Ministry or the procurement department of the Ministry.

(d)     Further clarification can be obtained from the Director of Procurement of the Ministry.

(e)      The bidders shall submit their profile notes.

(f)      Taraba state government reserves all rights to verify all claims by the      bidders. Government is not under any obligation to explain to any bidder for        not qualifying, and also not bound to choose the lowest bidders.

 

Management

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

National Cereals Research Institute, Badeggi

Federal Ministry of Agriculture

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

Invitation for Pre-Qualification of Contractors/ Bidders

 1.     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.

Lot 2:          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:

 

i)                   A certified true copy of certificate of incorporation with the    Corporate Affairs Commission.

ii)                A copy of the company’s audited accounts for the last three years.

iii)              Evidence of payment of Tax: Copy of Tax Clearance Certificate for the last three years

iv)              For companies or firms with five or more employees, evidence of compliance with the Pension Reform Act 2004.

v)                Evidence of financial capability and or Banking Support to execute the contracts without delay if awarded

vi)              Verifiable evidence of experience and relevant qualification of key personnel.

vii)           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,

viii)         Tax clearance certificate for the  last three years, VAT Registration Certificate, FIRS PIN number and evidence of previous tax remittances.

ix)              Evidence of payment of non-refundable pre-qualification processing fee of Ten Thousand Naira (N10,000.00) only.

x)                Any other information that can assist the Institute in taking decision.

 

4.     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

PMB 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 1.00 p.m. 17th June, 2013.

 

Signed

EXECUTIVE DIRECTOR/CEO

Pre-Qualification of Contractors and Tender for the Execution of the 2009 & 2010 (Merged) Tetfund Intervention in Library Development at Rivers State Polytechnic Bori

Rivers State Polytechnic

P.M.B 20, BORI

(Office of the Registrar)

 

Pre-Qualification of Contractors and Tender for the Execution of the 2009 & 2010 (Merged) Tetfund Intervention in Library Development

 

The Rivers State Polytechnic Bori intends to execute her 2009 & 2010 (merged) Tertiary Education Trust Fund (TETFund) Intervention in Library Development. The projects are aimed at addressing the Institution’s need for library resources and infrastructure.

 

A.      Description

The projects shall consist of the following:

1. LOT I-    Procurement of 1130Nos. of Assorted textbooks for various departments;

2. LOT II – Procurement of 40Nos. units of double sided metal shelves 5×3″6’6 with 12Nos, shelving panels (closed type);

3. LOT III- Procurement of 4Nos. units of store racks (8’x3′) Details are available in the office of the Institution’s Chief Liberian.

 

B.      Pre-Qualification Criteria

a).      Only Contractors with proven capability, relevant experience and good record of accomplishment would be considered to competitively tender for the projects);

b)      Company profile and organizational structure including names and resumes of key personnel indicating their qualifications and experience;

c)       Verifiable list of previous/similar major works executed within the past 5 years and their locations;

d)      Evidence of incorporation and tax clearance for the last 3 years;

e)       Evidence of payment of Value Added Tax (VAT) and evidence of   remittance;

f)       Evidence of registration with Rivers State Polytechnic, Bori;

g)       Evidence of financial strength, credit worthiness and solvency;

h)      Evidence of Company’s audited account for the last three years from a registered accounting firm;

i)       List of relevant equipment.

 

C.      Collection of Pre-Qualification/Tender Documents

Interested contractors are required to pay a non-refundable processing fee(s) (bank draft) of N50, 000.00 (Fifty Thousand Naira) each for any of the projects at the Bursary Department of the Polytechnic. The Bank Draft for the processing fee(s) should be made payable to Rivers State Polytechnic, Bori. Evidence of the payment will qualify the contractor(s) for collection of pre-qualification document from:

 

Office of the Chief Librarian

Rivers State Polytechnic

P.MB.20

Bori.

 

D.      Submission of Prequalification/Tender Documents

All prequalification/Tender documents should be submitted in sealed envelopes (2 copies) and marked as follows:

Bids for the execution of the years 2009/2010 TETFund

Intervention in Library Development

This should be addressed to:

 

The Registrar

Rivers State Polytechnic

P.M.B.20

Bori

and delivered to the undersigned not later than 4pm on Monday July 15, 2013

 

E. General/Special Information

  • This advertisement shall not be construed as a commitment on the part of the Polytechnic, nor shall it entitle prospective contractors to make any claim whatsoever and/or seek any indemnity from the Polytechnic;
  • Failure to comply with any instruction above or to provide any of the listed documents will automatically result in disqualification
  • Entries received at the expiration of the deadline will not be processed.

 

RAUL I.  IGBARA

Registrar