Invitation to Tender at Oyo State Universal Basic Education Board

Oyo State Universal Basic Education Board

(Oyo Subeb)

P. M. B. 5150, Secretariat, Ibadan

E-mail: chairman@yosubeb.org

 

Invitation to Tender

 

The Oyo State Universal Basic Education Board (OYO SUBEB) intends to apply the 2008 Good Performance Award Fund for the following facilities to be provided in the Primary School Sub-Sectors.

 

Applications are therefore invited from competent companies to bid for the various works,

 

2.       Tender Qualification

Each tender should be accompanied with the following:

(a)     Evidence of Company’s Certificate of Registration with Corporate Affairs Commission (CAC).

(b)     Evidence of Company’s Registration with Oyo State Bureau of Public     Procurement.

(c)      Evidence of verifable previously executed jobs (Contractors with history of abandoned projects or poorly executed projects will not be considered.

(d)     Evidence of Registration of Business Premises with Oyo State Government.

(e)      Tax clearance certificate of at least 2 Directors (Limited Liability Companies) or the Proprietor/Partner (Enterprise) for the last three (3) years.

(f)      Evidence of payment of Tender Fee for each LOT.

 

A. Lot I – Infrastructure

(i)      Construction of Construction of ECCDE pilot centres in selected Public Primary Schools across the State.

 

B. Lot II – Infrastructure

(i)      Supply of2-Seater Pupils Desk and Benches, Teachers Table & Chairs, ECCDE furniture (1 Table & 4 Chairs) to selected Public Primary Schools across the State.

 

C. Lot III – Procurement

(i)      Procurement of Toyota Hilux double cabin

 

3.       Tender Modalities

  • Tender documents and additional information may be collected from office of the Director, Planning, Research and Statistics Department.
  • Tenderers may tender for more than one LOT or LOTs separately.
  • Tendering shall be by open tendering.
  • Tenderers should note that failure to include any of the required documents above renders the tender invalid for further consideration.

 

4.       Bid Submission

All valid tenders should be submitted in 12” X 16” sealed envelope addressed to the Executive Chairman, Oyo State Universal Basic Education Board, Agodi, Ibadan with the LOT tendering for written on the right hand side of the envelope.

 

5.       Bid Opening

Bid shall be opened publicly at the expiration of Tender period on 19th of March, 2013 at 12 Noon at the premisies of Oyo State Universal Basic Education Board, Agodi, Ibadan. Bidders are advised to send representatives to the bidding exercise.

 

Note: Companies are advised to deal directly with OYOSUBEB Headquarters as no agent(s) or proxies have been appointed for this purpose. Any person or company who does contrary does so at his/her own risk.

 

Signed

Dr. Busari Adebisi

Executive Chairman

 

 

Invitation for Pre-Qualification at Kogi State College of Education

Kogi State College of Education

P.M.B 1033, ANKPA

(Office of the Registrar/Secretary to Council)

4th February. 2013

 

Invitation for Pre-Qualification

 

The College hereby invites competent and reputable contractors to pre-qualify for the under-listed items under the year 2012 Tertiary Education Trust Fund Special Intervention:

 

Lot 1:          Supply and installation of Digital Language Laboratory Equipment. (Complete Unit) for forty (40) students.

Lot 2:          Supply and Installation of a 500 KV& Generating set, Model P. 500 sound proof, and construction of a generator house.

Lot 3:                   Supply and Installation of HP Computer sets and various ICT       `                           Equipment.

Lot 4:          Extension of Electricity supply via an existing 500 KVA Transformer within the College premises.

 

B.      Pre-Qualification Requirements:

1.       Certificate of Registration with Corporate Affairs Commission.

2.       Registration with the College.

3.       Evidence of experience in similar projects showing photograph(s) and certificate of completion.

4.       Evidence of qualified technical and administrative staff.

5.       Evidence of company’s financial capability, supported by the Banker’s report.

6.       Up-dated tax clearance for the last three (3) years.

7.       Annual turnover of audited accounts for the last three years

8.       VAT. Registration certificate

9.       Evidence of compliance with PENCOM requirements.

 

C.      Submission and Opening

1.       Each contractor is expected to submit his/her pre-qualification documents in line with section ‘B’ in sealed envelope on or before 12.00 noon on 20th  March, 2013.

Submissions are to be made to the office of the Registrar/Secretary to the Tenders Board, Kogi State College of Education, P.M.B.1033, Ankpa and must be clearly marked “Pre-Qualification”  for any of the projects with the lot number on the left side and with payment of a non-refundable fee of Twenty thousand Naira only as pre-qualification fee.

 

2.       The Pre-Qualification documents shall be opened on the same day in the council chamber of the College with all the willing contractors in attendance.

 

D.      Tender Bids

1.       All pre-qualified bidders will be required to buy full lender bids for a non-refundable fee of N40,000.00 for each lot.

 

2.       All completed tender bids must be returned to the Registrar/Secretary to the Tenders Board on or before 12.00 noon on 3rd April 2013 and shall be opened Immediately for full lender processes.

 

Note: Only reputable and competent contractors need apply as money may not be released for job not yet done.

 

Signed:

Mr. Drisu Okai

Registrar/Secretary, Tenders Board.

Invitation for Submission of Technical and Financial Bids for MDGS 2013 Additional Constituency Projects at Federal Government of Nigeria

Federal Government of Nigeria

 

The Presidency

Office of the Senior Special Assistant to the President on the Millennium Development Goals

 

Invitation for Submission of Technical and Financial Bids for MDGS 2013 Additional Constituency Projects

 

1.         Introduction:

 

The Federal Government of Nigeria through the Office of Senior Special Assistant to the President on MDGs (OSSAP-MDGs) is desirous of executing MDGs Projects in various constituencies/locations in some States of the Federation. Therefore services of Competent Contractors are required for the construction of projects listed below.

 

1.1       Works

Lot1:   Construction/Extension of Paediatric, Obstetrics and Gynaecology Units

 

Lot 2: Perimeter Fencing of a School.

 

Lot 3: Construction of School Clinic.

 

Lot 4: Construction of School Library.

 

Lot 5: Construction of 2 Nos. Laboratory.

 

Lot 6: Construction of 3-Bedroom Principal’s House.

 

Lot 7: Construction of 2-Bedroom Vice-Principal’s House.

 

Lot 8:  Construction of 4 Nos. 2-Bedroom Staff Houses.

 

Lot 9: General Landscaping and Beautification of the School.

 

Lot 10:            Construction of Community Lodge.

 

Lot 11:            Construction of 2 Nos. Students Hostel.

 

1.2       GOODS

 

Lot No Description of Goods

 

Technical Specification

 

Quantity

 

Delivery Location

 

1 Medical Equipment to Paediatric, Obstetrics and Gynaecology Units

 

As in the Bidding Document As in the Bidding Document As in the Bidding Document
2 Grain Grinding, Machine (Big)

 

Ditto Ditto Ditto
3 Grain Grinding Machine (Small)

 

Ditto Ditto Ditto
4 Grain Threshing Machine

 

Ditto Ditto Ditto
5 Sewing Machine (With Motor and Stand)

 

Ditto Ditto Ditto
6 Engine -Driven Ferry Boat

 

Ditto Ditto Ditto
7 Wooden Flat bed Ferry Boat

 

Ditto Ditto Ditto
8 Computers and Accessories

 

Ditto Ditto Ditto
9 70KVA Generator

 

Ditto Ditto Ditto

 

Interested Bidders are requested to submit Technical and Financial bids for the above listed Projects.

 

2.0     Eligibility Requirements

a)       Evidence of registration with Corporate Affairs Commission (CAC) namely Certificate of Incorporation and Article of Association.

b)      Tax Clearance Certificate for the last 3 years: 2010, 2011 and 2012 Tax Clearance Certificates.

c)       Evidence of Pension Contribution and Remittances of employee pension for Firms having more than five (5) employees;

d)      Evidence of VAT Registration and Remittance.

e)       Detailed Company Profile including Curriculum Vitae of Professional Staff for the Project, academic and professional certificate, experience and attestation of availability.

f)       Evidence of experience in at least (3) jobs of similar nature and complexity executed within the last three years with verifiable letters of contract award, evidence of payment and certificate of job completion.

g)       Evidence of financial capability /reference letter from a reputable Bank.

h)      For Joint Venture, include Memorandum of Understanding.

i)       Full account details including SORT code.

j)       Evidence of Industrial Training Fund (ITF) Contribution.

k)      Having annual Auditors Report for the last 3 Years (2010, 2011, and 2012);

 

3.0     Collection of Bidding Documents

3.1     Competent Contractors shall on written application collect Standard Bidding Documents from:

Office of the Senior Special Assistant to the President on MDGs,

Suite 201, 2nd Floor, Block A, Bullet House,

Federal Secretariat,

ShehuShagari Way,

Central Business District, Abuja.

 

3.2.1           The closing date for the submission for all Lots is on or before 12.00 noon on Tuesday 16th April, 2013.

 

3.2.2           Only Bidders whose Technical bids fulfil the minimum requirements will have their Financial bids considered.

 

3.2.3           All enquiries should be directed to the Office of the Senior Special Assistant to the President on MDGs at the above address.

 

3.2.4           Bids will be opened on Wednesday 17th April, 2013 at the Block E Conference Hall, Federal Secretariat at 10:00am in the presence of all Bidders who wish to witness it, representative of relevant Professional body, and representative of Non Governmental Organization in Transparency and Anticorruption.

 

4.0     Note

4.1     No advance payment will be paid.

4.2     Payment will be made only in two tranches. Fifty Percent Payment on completion of Sixty Percent work and One Hundred Percent Payment on delivery.

 

5.0     Disclaimer and Conclusion

 

5.1     The OSSAP-MDGs will not be responsible for any cost 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.

 

Signed:

OSSAP – MDGs

Re: Expression of Interest (EOI) for Provision of Consultancy Services for Year 2012 TETFUND Normal Intervention (Addendum) at Institute of Management and Technology Office of the Registrar

Institute of Management and Technology Office of the Registrar

 

Private Mail Bag 01079

Enugu, Nigeria

E-Mail: imtregistry@yahoo.com

 

Re: Expression of Interest (EOI) for Provision of Consultancy Services for Year 2012 TETFUND Normal Intervention:

 

Addendum

 

Reference is hereby made to our earlier advertisement in the above subject, in the Daily Sun and The Nation Newspapers of Friday, Februarys, 2013.

 

Requirements:

Interested contractors are also required to submit evidence of compliance with Section 6( 1) to (3) of the Industrial Training Fund (ITF) Amended Acts No. 19 of 2011.

 

SYLVANUS .N. ASOGWA

REGISTRAR

Invitation for Expression of Interest for Consultancy Services at University of Jos

University of Jos, Nigeria

Office of the Registrar

 

Invitation for Expression of Interest for Consultancy Services

 

The University of Jos wishes to invite qualified and experienced Consultants for Expression of Interest (EOI) for the purpose of providing Consultancy Services for Construction Works in the University.

 

The Consultancy Services required are in the following areas:

 

1.       Architectural Services

2.       Civil/Structural Engineering Services

3.       Electrical/Mechanical Services

4.       Quantity Surveying Services

 

Interested Consultancy firms must meet the following requirements:

i.        Evidence of incorporation and registration with Corporate Affairs

Commission (CAC).

ii.       Company’s tax clearance certificate for the preceding three (3) years i.e. 2010-2012.

iii.      Company’s Audited Accounts for the last three (3) years including annual turnover.

iv.      Evidence of payment of ITF employer’s contribution.

v.       Evidence of registration of the firm with the relevant professional bodies

 

Submission of Expression of Interest (EOI)

In addition to the above requirements, the document should include:

a)       Profile of the firm/consortium including ownership/partnership structure.

b)      List of similar verifiable and successfully completed or on-going projects. Enclose copies of letters of award, interim payment certificates and practical completion certificates, in the last five (5) years (i.e. 2007 to date only).

c)       Evidence of having handled project(s) of N250 million and above.

d)      Evidence of core business and years in business.

e)       Administrative and Financial Strengths

f)       List of key managerial, technical and administrative staff of the company. This should include names, qualifications, curriculum vitae and copies of certificates and professional certificates of registration.

g)       Having fulfilled its entire obligation to pay taxes, Company Income Tax, Education Tax, ITF Tax, Pensions, and Social Security Contributions as contained in Section 16 Subsection 6 (d) of the Public Procurement Act 2007.

h)      Proof of alliances/partnerships (if applicable)

i)       VAT registration with evidence of remittances in the last three (3) years.

j)       A sworn affidavit indicating that all documents submitted are genuine, verifiable and that, no officer of the University has a pecuniary interest or is a former, present director or shareholder in the company.

k)      Evidence of community social responsibility (if any).

 

The Expression of Interest must be submitted in two (2) copies in a sealed envelope clearly marked “Expression of Consultancy Services” for any one or more services as stated above.

 

The Expression of Interest should be addressed to:

 

The Registrar

University of Jos

P M B 2014

Jos, Nigeria

 

It should be submitted in the Registrar’s Office, Room 94, Bauchi Road Campus not later than 26th March 2013 by 10.00 a.m.

 

The documents shall be opened on that same day in the Senate Chambers, Bauchi Road Campus, University of Jos. All applicants are invited to attend the meeting for the opening of the documents.

 

Jilli-Dandam D. Esq.

Registrar