Invitation for Pre-Qualification and Tender for the TETFUND 2009, 2010, 2011 and 2012 (Merged) Normal Intervention Project at Modibbo Adama University of Technology, Yola

Modibbo Adama University of Technology, Yola Office of the Registrar

Private Mail Bag 2076 Yola, Adamawa State, Nigeria

 

Invitation for Pre-Qualification and Tender for the TETFUND 2009, 2010, 2011 and 2012 (Merged) Normal Intervention Project

 

Addendum

 

Further to the Advert carried out in two National Dailies on 13th March, 2013 Modibbo Adama University of Technology, Yola hereby invites interested Companies/ Contractors to tender for the following project:

 

Furnishing of Departments of Survey & Gee-informatics, Building, Business Education and Science Education

 

Pre-Qualification and Tender Documents

Pre-qualification and Tender documents to be submitted should contain, among other things the following:-

1.       Certificate of Incorporation in Nigeria as a Limited Liability Company

2.       Tax Clearance Certificate for the past three years issued by Federal Board of Internal Revenue.

3.       Evidence of Registration as a contractor with the Federal Ministry of Works.

4.       Evidence of registration with the Modibbo Adama University of Technology, Yola in Category G

5.       List of similar projects executed in the last three years.

6.       Evidence of financial capability to execute the job to be tendered for.

7.       List of key personnel to be assigned to the project with professional qualifications

8.       List of relevant equipment at the disposal of the Company to be deployed for the works and their location

9.       Evidence of compliance with section 16 (6) (d) of the public Procurement Act 2007 and section (l)-(3) of Industrial Training Fund’s (ITF) Act 2011

10.     Evidence of VAT Registration

 

Non-Refundable Pre-Qualification and Tender Fees

Interested companies/Contractors are expected to pay to the Bursary Department, the sum of N40,000.00 as non refundable Tender fee

 

Collection of Tender Documents

Tender documents containing details of works can be obtained from the office of the Director, Physical Planning Unit Room Jl, Central Administration Building, on presentation of evidence of payment of the prescribed tender and Pre-qualification fees.

 

Submission of Pre-Qualification and Tender Documents

All pre-qualification and tender documents shall be placed and sealed in Separate Envelopes and clearly marked “Pre-qualification to tender for “Furnishing of Departments of Survey & Geo-informatics, Building, Business Education and Science Education” The two documents shall then be placed in a single outer envelope for submission.

 

The envelope containing the pre-qualification and tender documents shall be submitted to the office of the Registrar, New Senate Building of the University not later than Wednesday 24th April 2013 by 12:00 noon. Late submission shall not be accepted

 

Pre-qualification documents shall be screened to determine those qualified to tender before opening of Bids. Only those qualified shall have their Bids opened. Those not qualified shall have their Bids returned unopened.

 

Opening of Tenders

All qualified tenders shall be publicly opened on Wednesday 24th April 2013. at 1:00pm in the Council Chamber of the University. All Tenderers are invited to attend or send their representatives.

 

(Signed)

Alh. Ibrahim Ahmadu Ribadu

Registrar.

Invitation for the Pre-Qualification and Tender at College of Education, Azare

College of Education, Azare

 

Invitation for the Pre-Qualification and Tender

 

The College of Education, Azare intends to carry out Construction and Procurements as part of the TETFUND year 2013 Special intervention Project Phase IV (Batch I).

 

A.      Construction Work

1.       Construction of PES and ECCE Departments Complex

2.       Construction of Academic Planning and Quality Control/MIS Complex

3.       Construction of School of Language Complex

4.       Construction of Lecture Halls and Science Laboratories block for pre-NCE Students

5.       Construction of Academic Staff Office block.

6.       Construction of School of Vocational and Tech. Educ. Workshops (SOVTE) Complex.

 

B.      Procurements

1.       Procurement of 1nr. 80001trs Isuzu Model Frt 33k, 6 cylinders, water Tanker.

2.       Procurement of 1nr. 18 seater Standard roof Toyota Hiace Bus with A/C.

3.       Procurement of 1nr. 30 Seater Toyota coaster Bus with A/C.

4.       Procurement and installation of Multi-media Language Laboratory Equipment and Furniture.

5.       Procurement and Installation of Science Laboratory equipment and furniture.

 

Pre-Qualification:

1.       Reputable and technically competent contractors with variable records of performance on similar jobs are hereby invited to apply. All applications for pre-qualification must be in Line with due process guidelines.

 

a.       Evidence of Incorporation (CAC) Certificate

b.       Evidence of Tax Clearance Certificate for the last three (3) Years.

c.       Evidence of Financial Capability and Banking Support

d.       Evidence of Registration with the College

e.       Company Audited Account for three 3 years prepared by Chartered Accountants and duly signed.

f.       Evidence of similar projects executed.

g.       Report on Annual turnover.

h.       VAT registration and evidence of past VAT remittances.

i.        Evidence of Payment of Education TAX (where applicable)

j.        Original Copies of the Documents above. MUST be produced for scrutiny        during opening session.

 

Tender:

2.       Consequently, pre qualified Contractors are tender for the jobs itemized above. Tender documents are available for purchase at a non-refundable fee of 50,000.00 (Fifty Thousand Naira) from the dale of this publication. Only successful contractors in pre-qualification will be considered for opening of Tender.

 

3.       Submission of Completed Prequalification/Tender Documents:

The above documents MUST be submitted in sealed envelopes, clearly marked “Pre-qualification to tender” and separately “Tender documents” for each job in view, as itemized above and shall be delivered to:

 

The Registrar

College of Education

P.M.B 004

Azare.

Bauchi State.

 

Not later than 28th March 2013. The documents shall be opened on Friday, 29th March, 2013 at 12:00 noon, in the College Conference Room.

 

NB:

Please note that, the College reserves the right to verify any claim by the bidders and shall not be liable to accept the lowest bidder.

 

Signed:

Registrar

Invitation for Submission of Tender at Michael Okpara University of Agriculture, Umudike

Michael Okpara University of Agriculture, Umudike

P.M.B. 7267, Umuahia, Abia State, Nigeria

 

Advertisement

 

 

1.00: Preamble

The University wishes to construct her proposed Liason Office Building located at Lugbe 1, Extension Layout. Off Air-Port Road, FCT, Abuja.

 

 

2.00: Invitation for Submission of Tender

Tenders are hereby invited from interested and reputable companies/ contractors with requisite experience and competence for construction of Buildings.

 

 

3.00: Requirements for Tendering

Interested contractors are required to submit their tenders along with the following:

a)       Evidence of Registration with the Corporate Affairs Commission.

b)      Tax Clearance Certificate for the 3(three) years.

c)       Bank Reference.

d)      Detailed resume of key staff with copies of their certificate.

e)       Evidence of similar jobs executed, stating project cost, endorsing copies of letters of Award and completion certificates.

f)       Evidence of payment of N20, 000.00 (Twenty thousand naira only) non-refundable fee in Bank Draft payable to the Bursary, Michael Okpara University of Agriculture, Umudike.

g)       Evidence of compliance with ITF and PENCOM Act.

h)      Any other information that will enhance the application.

 

 

4.00: Collection of Tender Documents

The tender documents are to be collected from the office of the Ag. Director of Physical Planning, Michael Okpara University of Agriculture, Umudike on the presentation of the evidence of payment of tender fee.

 

 

5.00: Submission of Tenders

Duly completed tenders should be neatly packaged for review of the University and be hand delivered to: ROOM 214 Alex Ekwueme Building OR the Ag. Director, Physical Planning Department Michael Okpara University of Agriculture, Umudike.

To reach him before 12noon of 19th March, 2013.

 

 

6.00: For Further Enquiries, Contact

The Vice-Chancellor or the Acting Director, Physical Planning, Michael Okpara University of Agriculture, Umudike.

 

7.00: Opening Of Tenders

Interested contractors are invited to the opening of tenders on 19th March, 2013 by 12noon at the Vice-Chancellor’s Conference Room.

 

 

8.00: Please Note The Following

a.       Michael Okpara University of Agriculture, Umudike is neither committed nor obliged to shortlist any company / contractor or agent.

b.       The University reserves the right to reject any and / or all tenders and re-advertise if necessary.

c.       This advertisement for invitation to tender shall neither be construed as commitment on the part of the University nor shall it entitle any company/ contractor to make any claims whatsoever land/or seek any indemnity from Michael Okpara University of agriculture, Umudike.

d.       Contractors with failed/stalled projects in the University need not apply

 

Dr. A.C. Nwokocha

Registrar.

 

Invitation for Pre-Qualification of Contractors for Construction of Buildings, Civil, Mechanical and Electrical Works at the Nimasa Institutes of Maritime Studies

Nigerian Maritime Administration and Safety Agency (NIMASA)

 

Established Under the Nigerian Maritime Administration And Safety Agency [NIMASA] Act 2007. Maritime House: 4 Burma Road, Apapa, Lagos, P.M.B. 12861, GPO Marina, Lagos.

 

E-mail: procurement@nimasa.gov.ng

Website: www.nimasa.gov.ng

 

Invitation for Pre-Qualification of Contractors for Construction of Buildings, Civil, Mechanical and Electrical Works at Maritime Institutions

 

1.0     Introduction

1.1     The Nigerian Maritime Administration and Safety Agency (NIMASA), a Parastatal of the Federal Ministry of Transport intends to embark on Construction of Buildings, Civil, Mechanical and Electrical Works at the Nigeria Maritime University, Okerenkoko, Delta State and NIMASA Science and Technical College, Okoloba, Delta State.

1.2     In compliance with the Public Procurement Act (PPA), 2007, the Agency hereby invites reputable and competent contractors in Construction, Civil, Mechanical and Electrical Works, with proven track record to submit documents for Pre-Qualification tor the projects at the institutions as indicated below:

 

  1. Nigeran Maritime University (NMU), Okerenkoko, Delta State.

 

Lots Description
CONSTRUCTION OF BUILDINGS
Al Construction of Administrative Blocks
A2 Lecture Rooms
A3 Vice Chancellor’s Lodge and Staff Quarters
A4 Students Hostels
A5 Students Cafeteria
A6 Health Centre
A7 Library
A8 Fire Station
A9 Workshops
A10 Bookshop
All Guest House
A12 Power House
A13 Perimeter Fence
CIVIL WORKS
A14

 

Construction of Access Roads, Internal Road Network and Drainages
A15 Internal Road Network and Drainages
A16 Olympic Standard Size Swimming Pool
A17

 

Fuel Dump Station

 

A18

 

Construction of Jetty and Ramp

 

MECHANICAL AND ELECTRICAL WORKS
A19

 

Provision of Electrical Services and Connection of the University to    the National Grid

 

 

 

  1. B.                   NIMASA Science and Technical College, Okoloba, Delta State.

 

 

 

Lots Description
CONSTRUCTION OF BUILDINGS
B1 Construction of Administrative Blocks
B2 Classrooms
B3 Hostels
B4 Principal Lodge and Staff Quarters
B5 Students Cafeteria
B6 Workshops
B7 Perimeter Fence
B8 Sick Bay
CIVIL WORKS
B9 Construction of Access Roads
B10 Internal Road Network and Drainages
B11 Shoreline Protection
B12 Olympic size swimming Pool
  MECHANICAL AND ELECTRICAL WORKS
B13 Provision of Electrical Services and Connection of the University to National Grid

 

 

 

 

Pre-Qualification Requirements: General Requirements:

(a)  Company profile stating current office address including e-mail and telephone numbers.

(b) Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC).

(c)  Copy of Memorandum and Articles of Association.

(d) Evidence of Tax Clearance Certificate and tax remitances for the past three years (2010, 2011 & 2012) from the Federal Inland Revenue Service.

(e)  Evidence of VAT Registration.

(f)   Certification from PENCOM in accordance with the Pension Reform Act, 2004 which must include evidence of remittance of Employees Pension Contributions/Deductions or evidence of exemption from the contributory scheme.

(g)  Evidence of compliance with Industrial Training Fund (ITF) Act,

(h) Audited Statement of Account of the Company for the past three years showing annual turnover duly endorsed by a firm of Chartered Accountants.

 

Failure to submit all documents stated above will lead to disqualification of the Bid

 

Technical Requirements

(i)    Provide evidence of professional qualifications of key personnel and that of the Firm e.g ARCON, COREN, etc;

(j)    Provide verifiable evidence of similar projects sucessfully executed or on-going within the past five (5) years [e.g. Letters of Contract Award, job completion certificates, evidence or payment etc]

(k) Evidence of acquisition of specialised equipment [owned or leased].

(l)    Evidence of working capital in excess of N500million and Reference letter from Bidder’s Bank attesting to the financial capability of the Firm to execute the project;

(m)                       Provision of Bid security at 2% of the Bid Price from a reputable bank only [for all Bids valued in excess of N50million only;

(n) A sworn affidavit that none of the Directors has been convicted in any court of law for any criminal offence;

 

 

3.0     Submission of Documents

3.1     The Pre-Qualification applications with all the required supporting documents, (ORIGINAL AND DUPLICATE), neatly packaged in sealed envelopes and one (H set of cd-rom stating the Project. Lot Number and Company’s Name must be submitted NOT LATER THAN 26th April, 2013 by 12 Noon to the Office of:

 

The Deputy Director (Procurement),

5th Floor (Room 500).

Nigerian Maritime Administration and Safety Agency.

No. 4 Burma Road, Apapa,

P.M.B. 12861, G.RO Marina, Lagos.

 

 

In addition, soft copies can also be sent to procurement@nimasa.gov.ng

 

4.0      Opening of Pre-Qualification Documents

4.1     All Pre-Qualification documents received shall be opened on the same day and time specified below and all bidders/representatives, relevant Professional Bodies and Non-Governmental Organizations (NGOs) are invited to witness the public opening exercise accordingly:

Date:   26th April, 2013

Venue: Nigerian Maritime Resource Development

Centre (NMRDC), Multi-Purpose Hall,

Kirikiri: Lagos

Time: 2:00 pm prompt

 

5.0        Enquiries

5.1     All enquiries regarding this advertisement should be directed to the Office of the Deputy Director of Procurement, Room 500, 5th Floor. No. 4 Burma Road, Apapa, Lagos or through the following telephone numbers: 08056765455, 08032853432, 08051608306.

 

 

6.0        Notation:

(i)      Late submission of pre-qualification documents will not be entertained.

(ii)     All CAC, VAT, PENCOM, ITF and Tax Clearance Certificates submitted may be referred to Security Agencies, Corporate Affairs Commission (CAC). Federal Inland Revenue Service (FIRS), Industrial Training Fund (ITF), National Pension Commission and other relevant bodies for verification.

(iii)    This notice shall not be construed to be a commitment on the part of Nigerian Maritime Administration and Safety Agency to award any form of contract to any respondent nor shall it entitle any Company/Firm submitting documents to claim any indemnity from the Agency.

(iv)    Contractors are expected to adhere strictly to ALL instructions as non-compliance may constitute a ground for dis-qualification.

 

 

Signed

Management

 

 

 

Invitation for Pre-Qualification of Contractors for Construction of Buildings, Civil, Mechanical and Electrical Works at the Nimasa Institutes of Maritime Studies

Nigerian Maritime Administration and Safety Agency (NIMASA)

 

Established Under the Nigerian Maritime Administration And Safety Agency [NIMASA] Act 2007. Maritime House: 4 Burma Road, Apapa, Lagos, P.M.B. 12861, GPO Marina, Lagos.

 

E-mail: procurement@nimasa.gov.ng

Website: www.nimasa.gov.ng

 

Invitation for Pre-Qualification of Contractors for Construction of Buildings, Civil, Mechanical and Electrical Works at the Nimasa Institutes of Maritime Studies

 

 

1.0     Introduction

1.1     The Nigerian Maritime Administration and Safety Agency (NIMASA), a Parastatal of the Federal Ministry of Transport intends to embark on Construction of Buildings, Civil, Mechanical and Electrical Works at the above-mentioned Institutes of Maritime Studies.

1.2     In compliance with the Public Procurement Act (PPA), 2007, the Agency hereby invites reputable and interested contractors in Building, Civil, Mechanical/Electrical Works, with proven track records to submit documents for Pre-Qualification for the projects at the Institutes listed below:

A.      Institute of Maritime Studies, Ibrahim Badamasi Babangida University, Lapai, Niger State.

B.      Institute of Maritime Studies, Niger Delta University, Wilberforce Island, Bayelsa State.

C.      Institute of Maritime Studies, University of Nigeria, Nsukka, Enugu State.

D.      Institute of Maritime Studies, University of Lagos, Akoka, Lagos State.

 

 

Description Of Works For A-D

Note:  The description of works listed below is for each of the Maritime nstitutes: Bidders are required to bid for Lot Al-11, B1-11, C1-11,D1-11 etc separately.

 

LOTS

 

DESCRIPTION

 

CONSTRUCTION OF BUILDINGS
1 Institute Library/Archives
2

 

Lecture Auditorium

 

3 Central Administration Block
4 Management Information Centre
5 Academic Block
6 Workshops
7 Lecture Theatre
EXTERNAL CIVIL WORKS
8 Construction of Access Roads
9 Drainages
 

 

EXTERNAL MECHANICAL AND ELECTRICAL WORKS
10 Electricity Supply and Distribution include Street Lighting
11 Water Supply and Distribution

 

 

2.0     Pre-Qualification Requirements:

 

2.1     General Requirements:

(a)     Company profile stating current office address including e-mail and telephone numbers.

(b)      Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC).

(c)      Copy of Memorandum and Articles of Association.

(d)     Evidence of Tax Clearance Certificate and tax remittances for the past three years (2010, 2011 & 2012) from the Federal Inland Revenue Service.

(e)      Evidence of VAT Registration.

(f)      Certification from PENCOM in accordance with the Pension Reform Act, 2O04 which must include evidence of remittance of Employees Pension Contributions/Deductions or evidence of exemption from the contributory scheme.

(g)     Evidence of compliance with Industrial Training Fund (ITF) Act, 2011.

(h)               Audited Statement of Account of the Company for the past three years showing annual turnover duly endorsed by a firm of Chartered Accountants.

  • Failure to submit all documents stated above will lead to disqualification of the Bid

 

Technical Requirements

(i)                Provide evidence of professional qualifications of key personnel and that of the Firm e.g ARCON, COREN, etc;

(j)     Provide verifiable evidence of similar projects successfully executed or on-going within the past five (5) years [e.g. Letters of Contract Award, Job completion certificates, evidence of payment etc]

(k)    Evidence of acquisition of specialised equipment [owned or leased].

(l)     Evidence of working capital in excess of N500millipn and Reference letter from Bidder’s Bank attesting to the financial capability of the Firm to execute the project;

(m)   Provision of Bid security at 2% of the Bid Price from a reputable bank only [for all Bids valued in excess of N50million only;

(n)    A sworn affidavit that none of the Directors has been convicted in any court of law for any criminal offence;

 

 

3.0     Submission of Documents

3.1     The Pre-Qualification applications with all the required supporting documents, (ORIGINAL AND DUPLICATE), neatly packaged in sealed envelopes and One (1) cd-rom stating the Project, Lot Number and Company’s Name must be submitted NOT LATER THAN 26th April, 2013 by 12 Noon to the Office of: The Deputy Director (Procurement), 5th Floor (Room 500), Nigerian Maritime Administration and Safety Agency, No. 4 Burma Road, Apapa, PM.B. 12861, G.PO Marina, Lagos.

 

In   addition,   soft   copies   can   also   be   sent   to: procurement@nimasa.gov.ng

 

 

4.0     Opening of Pre-Qualification Documents

 

All Pre-Qualification documents received shall be opened on the same day and time specified below and all bidders/representatives, relevant Professional Bodies and Non-Governmental Organizations (NGOs) are invited to witness the public opening exercise accordingly:

 

Date:   26th April, 2013

Venue: Nigerian Maritime Resource Development Centre (NMRDC), Multi-Purpose Hall, Kirikiri- Lagos Time: 2:00 pm prompt

 

5.0     Enquiries

All enquiries regarding this advertisement should be directed to the Office of the Deputy Director of Procurement, Room 500, 5th Floor, No. 4 Burma Road, Apapa, Lagos or through the following telephone numbers: 08050765455, 08032853432, 08051608:

 

6.0     Notation:

i.            Late submission of pre-qualification documents will not be entertained.
ii.            All CAC, VAT, PENCOM, ITF and Tax Clearance Certificates submitted may be referred to Security Agencies, Corporate Affairs Commission (CAC), Federal Inland Revenue Service (FIRS), Industrial Training Fund (ITF), National Pension Commission and other relevant bodies for verification.
iii.            This notice shall not be construed to be a commitment on the part of Nigerian Maritime Administration and Safety Agency to award any form of contract to any respondent nor shall it entitle any Company/Firm submitting documents to claim any indemnity from the Agency.
iv.            Contractors are expected to adhere strictly to ALL instructions as non-compliance may constitute a ground for dis­qualification.

 

Signed

Management