Invitation for Pre Qualification and Tender at Kano University of Science & Technology, Wudil

Kano University of Science & Technology, Wudil

PMB 3244- Kano www.kust.edu.ng 

Office of the Registrar

 

 

Invitation for Pre Qualification and Tender

Years 2011/2012 (Merged) Tetfund Normal Intervention Projects

 

1) Preamble                       

Pursuant to the Tetfund 2012 (BOT) Special Intervention and Approval-in-Principle received from the Tertiary Education Trust Fund (Tetfund) for the University to execute the under listed Projects, the University is desirous of inviting any Interested and Reputable Contractors(s) to submit their Pre-Qualification  Documents and Tender for the following Projects:

 

Lot 1:          Construction of 3-nos Laboratory (KSUST/WUDIL/TETFUND/11-12/01)

Lot 2:          Construction of Agric Complex Phase II (KSUST/WUDIL/TETFUND/11-12/02)

Lot 3:          Construction of Entrepreneurship Development Centre (KSUST/WUDIL/TETFUND/11-12/03)

Lot 4:          Construction of Academic Staff Offices (KSUST/WUDIL/TETFUND/11-12/04)

Lot 5:          Procurement of Equipment for Entrepreneurship Centre (KSUST/WUDIL/TETFUND/11-12/05)

Lot 6:          Procurement of Laboratory Equipment (KSUST/WUDIL/TETFUND/11-12/06&10)

Lot 7:          Procurement of Furniture (KSUST/WUDIL/TETFUND/11-12/07&12)

Lot 8:          Procurement of Civil Engineering Equipment (KSUST/WUDIL/TETFUND/11-12/09)

Lot 9:          Procurement of Equipment for Faculty of Earth and Environmental Science (KSUST/WUDIL/TETFUND/11-12/08&11)

 

1)      Pre-Qualification Documents:

All interested Companies are expected to submit the following documents

a)       Evidence of Registration with the Kano University of Science and Technology, Wudil

b)      Evidence of Registration with Corporate Affairs Commission by inclusion of Certificate of Incorporation and Article of Association

c)       Tax Clearance Certificate for the last 3 years

d)      Company Audited Accounts for the last 3 years

e)       Evidence of VAT Registration and Remittance Certificate for the last 3 years

f)       Evidence of Compliance with Pension Reform Act 2007

g)       Evidence of similar Projects Executed

h)      Verifiable Evidence of financial support by a Reputable Bank including 1 –year Bank Statement of Account

i)       List of key Personnel of the Company and their CVs and verifiable evidence of Registration with Professional Bodies.

j )      A Statement of Declaration by a High Court Judge that:

i)                   The Directors of the Company seeking for Pre-qualification had never been convicted by any Court of Law.

ii)                None of the Key Procurement Officers of Kano University of Science and Technology, Wudil is former or present Director of the Company.

 

 

2)         Collection of Tender Documents:

Tender documents are to be collected from the Office of the Director, Physical Planning and Development, Kano University of Science and Technology Wudil upon presentation of Cash Payment Receipt of Non-Refundable Fee of N150,000.00 Per Lot 1: and N100.000.00 Per Lot 2-9 to the Bursary Department, Kano University of Science and Technology, Wudil from Monday 4th February, 2013 to Friday 15th February, 2013 during working hours from 10:00am to 3:30pm

 

 

3)      Submission of Biddings Documents:

The Technical Bid (Pre-Qualification Documents) and the Financial Bid (Filled Tender Documents) which must be bound in triplicate copies sealed in an A4 size envelope and clearly marked in separate envelope which will in turn be sealed together in a bigger envelope and clearly marked as either Tetfund 2011/2012 (Merged) Normal Intervention Project Lot. 1, Lot 2, Lot 3, Lot 4, Lot 5, Lot 6, Lot 7, Lot 8 or Lot 9  and then addressed to the Registrar, Kano University of Science and Technology, Wudil should be delivered on or before 12:00 noon of Monday 18th February, 2013

 

4)      Opening of Bids:

a)       The bids are scheduled to be opened during a Public Opening Ceremony on      Monday 18th October, 2013 at 2.00 pm at the Council Chamber of KUST Wudil.

b)      All Prospective Bidders or their Representatives are invited to the Public Opening Ceremony and are advised to bring along, Relevant Original Documents for sighting.

 

5)         Disclaimer

Kano University of Science & Technology, Wudil is not obliged to Award the Contract to the Lowest Bidder, and will not necessarily go into correspondence with or offer explanation to any rejected Bidder, and Reserves the Right to verify all Pre-qualification Documents submitted. All costs incurred by any Company because of this Pre-qualification/Tendering Process and any Subsequent Request for Information shall be at the expense of the Company.

 

Signed

Usman Yakubu, FIPMA

Registrar and Secretary to Council

 

 

2013 General Procurement Notice For Works and Provision of Plant Spares for Jebba Hydro Electric Plc, Jebba at Jebba Hydro Electric Plc

Jebba Hydro Electric Plc

 

2013 General Procurement Notice

 

For Works and Provision of Plant Spares for Jebba Hydro Electric Plc, Jebba

 

The Power Holding Company of Nigeria Plc, Jebba Hydro Electric Plc, Intends to procure materials and services for the operation and maintenance of her plant and company’s complex at Jebba Hydro Electric Plc, Jebba, Niger State.

 

Interested  Contractors,  Companies  or  Bidders  are expected  to  be  on  the  look-out for  our SPECIFIC PROCUREMENT NOTICES that will be placed on various

Notice Boards within the company’s complex. However, the Specific Procurement Notices of major projects will still be placed in the media

 

Specific Procurement Notices:

Placement of specific procurement notice/advertisement shall commence from 18th February, 2013

 

 

Scope of Work/Supply

Our 2013 Procurement Activities are classified under the following scope in different lots:

 

LOT NO. DESCRIPTION OF ITEMS
Lot 1 Plant Annual Inspection and Enhancement
Lot 2 Plant Consumables
Lot 3 Repair of Electrical/Electronic Systems.
Lot 4 Pumps and Compressors
Lot 5 Plant Renovation/ Refurbishment.
Lot 6 Electric Motors
Lot 7 Building Materials, Furniture, Plumbing Materials, and Refrigeration & Air Conditioning.
Lot 8 Valves.
Lot 9 Equipment and Tools
Lot 10 Electronic Units, Modules and Relays
Lot 11 Vehicles and Articulated Equipment
Lot 12 Cables, Electrical Appliances and Fittings
Lot 13 Safety and Protective Items

 

Lot 14 Controllers, Switches, Breakers and Contractors
Lot 15 Civil Works/Constructions
Lot 16 Dam Structures and Hydrological Facilities/Instruments
Lot 17 Sanitary/Environmental Control
Lot 18 Computer Consumables/IT
Lot 19 Stationeries
Lot 20 Consultancy Services

 

Requirements:

  • Evidence of registration of your company with the Corporate Affairs Commission
  • Evidence of Valid Tax Clearance Certificate for the past three years.
  • Vat Registration Certificate
  • Company Profile, Experience/Technical qualification of key staff.
  • Evidence of Financial Capability/Bank Support
  • Company Audited Accounts for the last three (3) years.
  • Technical Capability
  • Evidence of Remittance of Pension contribution to the appropriate Pension Fund Custodian.
  • Evidence of having executed similar projects/supplies in the last five years.
  • Manufacturer/Franchise/Manufacturer’s representative.
  • Any other relevant document that could enhance the company’s legibility and place her on comparative advantage over others.

 

All enquires are to be directed to:

The MD/CEO

Jebba Hydro Electric Plc,

Jebba North,

Niger State.

Nigeria.

 

Important Information

This notice is not an invitation to bid

Interested contractors could also seek further information on:

 

Signed

Management

 

JHE… The Best Power Generating Company

Invitation to Participate in the Prequalification Tendering Exercise for the Development of MINI Archives for FCT Archives & History Bureau, Abuja at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration

FCT Tenders Board Secretariat

 

Invitation to Participate in the Pre-qualification Tendering Exercise for the Development of MINI Archives for FCT Archives &

History Bureau, Abuja

 

The Federal Capital Territory Administration (FCTA), through Archives & History Bureau has provision in the 2012 Statutory Budget and intends to use part or whole of it for the procurement described hereunder, Competent and interested companies are hereby invited to submit Technical and Financial bids for the following Projects:

 

  1. Lot I    – Development of Mini Archives & Museum at Karu, Abuja Municipal Area Council
  2. Lot II –   Development of Mini Archives & Museum at Kutunku IV

Extension, Gwagwalada Area Council

 

  1. Scope of Works

The scope of works comprise of the Construction of a single storey Archive Building, Gate House and External works

 

 

  1. B.   Pre-qualification Requirements

Interested companies shall forward copies of the following documents.

  1. Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.
  2. Tax Clearance for the last three years, (Expiring December 2013)
  3. Evidence of compliance with statutory provision of section 6 (i-ii) of the Industrial Training Fund (ITF), Act as amended.
  4. Clearance  Certificate  issued by PENCOM indicating  remittance  of contributory pension funds in line with section 16, subsection 8 (d) of the Public Procurement Act
  5. Interested Companies should have up to date returns with the CAC and be informed that due diligence could be conducted.
  6. Company’s Audited Account for the last three years prepared by a Chartered Accounting firm.
  7. List of verifiable documentary evidence of similar jobs successfully executed within the last three years. (Complete with award letters, Completion Certificates)
  8. Bank reference from a reputable Nigeria Bank and Statement of Account for the last 12months.
  9. Sworn affidavit that in line with the provisions of part IV, section 16, sub section 6(c,e&f).
  10. Company Profile showing list of key personnel/officers to be attached to the project stating their roles, designation, qualifications and experience, Enclose photocopies of professional certificates where applicable.
  11. List of equipment and plants to be deployed for the project, where applicable, stating their location and whether the equipment are owned or no lease
  12. full details of the firm’s indicating the name & telephone numbers, fax/facsimile number, website, e-mail address and verifiable contact addresses

 

  1. C.   Collection of Tender Documents:

Interested companies should collect tender documents from the Tenders Board Secretariat, Room 043 FCT Procurement Department, 1st Floor, Block B, FCTA Secretariat, Kapital Street, Area 11, Garki – Abuja upon the presentation of evidence of payment of N20,000.00 non-refundable Tender fee into FCT Treasury Account at Fidelity Bank (Central Area) No. 051503010000426

 

Submission

d        The Technical and Financial documents should each be sealed and labeled (Technical and Financial bids as appropriate) separately, and the two envelopes be put in another envelope that should also be sealed and labeled indicating as appropriate indicating the name and Lot Number. The Tender documents (financial bid) should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by an authorized principal officer of the bidding company. The document is to be dropped in; The Tender Box at the office of the Secretary, FCT Tender Board, FCT Tender Board Secretariat, Room 043, Former Public Building Department, FCTA Secretariat, Area 11, Garki, Abuja not tater than 12 noon 18th March. The representatives of the bidding companies are invited to witness the opening of the tenders immediately after closure of submission of bids on the same day at Room G9 Tender Secretariat, Archives & History Bureau No 5 Peace Drive Area 11, Garki, Abuja

 

Note:

  1.        i.            Successful company shall provide PERFORMANCE BOND whose value should not be less than 10% of the contract sum before signing the contract.
  2.      ii.            Bid security, in conformity with Tender form G -6 without modification (Bank Guarantee for Tender security) of a value equal to 2% of the bid figure would be required where the bid sum exceed N300m
  3.   iii.            Bidders are to ensure full comprehension of the bidding documents, non-compliance or partial compliance of the various instructions could lead to disqualification
  4.   iv.            The Management is not bound to accept the lowest or any of the bids.
  5.      v.            The General Public and the Civil Liberty groups are invited to attend the opening exercise. The Observance shall be in line with the Code of Conduct issued by the Bureau of Public Procurement

 

Signed

Management

 

 

 

Invitation to Participate in the Prequalification /Tendering Exercise for the Construction of Abuja Enterprise Agency Entrepreneurial Complex (Artisan Block) Abuja at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration

FCT Tenders Board Secretariat

 

Invitation to Participate in the Prequalification /Tendering Exercise for the Construction of Abuja Enterprise Agency Entrepreneurial Complex (Artisan Block) Abuja

 

The Federal Capital Territory Administration (FCTA), through Abuja Enterprise Agency has provision in the 2013 draft Statutory Budget and intends to use part or whole of it for the procurement described hereunder, Competent and interested companies are hereby invited to submit Technical and Financial bids for the construction of Artisan Block at the AEAR Entrepreneurial Complex, Abuja

 

 

  1. A.   Scope of Work

The work comprises of construction of Three (3) floors reinforced concrete frame structure providing a floor area of approximately 2000m2 as offices, workshops, restaurant and artisan shops. The structure is to be built on concrete foundation and hollow sandcrete block wall partitions furnished with cement and sand rendering. The floors are finished with terrazzo, granite and ceramic tiles and roofed with coloured long span Aluminum roofing sheets fixed to treated hardwood, the building is also to be fitted with electrical and mechanical services and approved standard gauge aluminum doors and windows.

 

  1. B.   Pre-qualification Requirements

Interested companies shall forward copies of the following documents.

  1. Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.
  2. Tax Clearance for the last three years. (Expiring December 2012)
  3. Evidence of compliance with Statutory provision of section 6 (i-ii) of the Industrial Training Fund (ITF). Act as amended.
  4. Clearance Certificate issued by PENCOM indicating remittance of contributory pension funds in line with section 16, subsection 8(d) of the Public Procurement Act
  5. Interested Companies Should have up to date returns with the CAC and be informed that due diligence could be conducted.
  6. Company’s Audited Accounts for the last three prepared by a chartered Accounting firm
  7. List of verifiable documentary evidences of similar jobs successfully executed within the last three years. (Complete with award letters and Completion Certificates)
  8. Bank reference from a reputable Nigerian Bank and Statement of Account for the last 12 months.
  9. Evidence of average annual turnover of N100M over a period of three (3) years. Non provision of this evidence shall be a ground for disqualification
  10. Sworn affidavit that in line with the provisions of part IVS section 16. sub section 6(c,e&f).
  11. Company Profile shoving list of key personnel/officers to be attached to the project stating their roles, designation, qualifications and experience   Enclose photocopies of professional certificates where applicable
  12. List of equipment and plants to be deployed for the project, where applicable, stating their location and -whether the equipment are owned or on lease
  13. Full details of the firm’s indicating the name & telephone numbers, fax/facsimile number, website, e-mail address and verifiable contact addresses.

 

 

  1. C.   Collection of Tender Documents

Interested companies should collect tender documents from the Tenders Board Secretarial, Room 043 FCT Procurement Department, 1st Floor, Block B, FCTA Secretariat Kapital Street, Area 11, Garki- Abuja upon the presentation of evidence of payment of N30.000.00 non-refundable Tender fee into FCT Treasury Account at Fidelity Bank (Central Area) No. 051503010000426

 

  1. D.   Submission:

Technical and Financial documents should each be sealed and labeled (Technical and Financial bids as appropriate) and the two envelopes be put in another envelope that should also be sealed and labeled indicating the name of the Project. The Tender documents should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by an authorized principal officer of the bidding company. The document is to be dropped in; The Tender Box at the office of the Secretary, FCT Tender Board, FCT Tender Board Secretariat, Room 043, Former Public Building Department, FCTA Secretariat, Area 11, Garki, Abuja not later than 12 noon 18th March, 2013. The representatives of the bidding companies are invited to witness the opening of the tenders immediately after closure of submission of bids on the same day at Room G9 Tender Secretariat, Archives & History Bureau No 5 Peace Drive Area 11 , Garki Abuja.

 

Note:

  1.        i.            Successful company shall provide PERFORMANCE BOND whose value should not be less than 10% of the contract sum before signing the contract.
  2.      ii.            Bid security, in conformity with Tender form G -6 (without modification (Bank Guarantee for Tender security) of a value equal to 2% of the bid figure would be required where the bid sum exceed N300m
  3.   iii.            Bidders are to ensure full comprehension of the bidding documents, non-compliance or partial compliance of the various instructions could lead to disqualification
  4.   iv.            The Management is not bound to accept the lowest or any of the bids.
  5.      v.            The General Public and the Civil Liberty groups are invited to attend the opening exercise. The Observance shall be in line with the Code of Conduct issued by the Bureau of Public Procurement

 

Signed

Management

 

Solicitation for Pre-Qualification of Contractors at Niger Delta Development Commission (NDDC)

The Presidency

Niger Delta Development Commission

NDDC

167, Aba Road, Port Harcourt, Rivers State www.nddc.gov.ng

 

 

Solicitation for Pre-Qualification of Contractors

 

Introduction

The Niger Delta Development Commission (NDDC) in furtherance of its mandate is planning to undertake a developmental project for the even, rapid and sustainable development of the Niger Delta Region and is seeking to hire specialist contractor for the execution of the under listed project. The NDDC, therefore request for the solicitation for prequalification from top flight, knowledgeable, competent and experienced contractors whose areas of competence and core business fall within the project classification.

 

The projects are:

 

S/N

 

PROJECT DESCRIPTION STATE
1

 

Construction of Afara Ukvvu Radial Road/Bride in Umuahia.

(32km + 45m Span) Bridge.

Abia

 

2

 

Construction of 15km Isuochi – Nneato Road

 

Abia

 

3

 

Construction of Idung Atangedem-lne Akpautoug to Atlantic Ocean

 

Akwa Ibom

 

4

 

Construction of Asaba – Ase / Abari Road

 

Delta

 

5

 

Canalization of Siloko – iguniwei-f aribor Creek

 

Ondo

 

6 Obstruction of Ndoni – Aboh Road and Bridgt (1.65km Bridge aross River Niger) Linking Delta & Baydsa

 

 

Rivers

 

 

Solicitation for Pre-Qualification

Every interested and suitably qualified contractor with real operating and relevant experience is invited to submit its solicitation for pre-qualification document to be used for pre-qualification exercise.

 

A.      CORPORATE

  • Evidence of registration with CAC
  • Clear indication of a verifiable head office address
  • Corporate profile of the company indicating ownership structure
  • A confirmable evidence of up-to-date Annual Returns;
  • A confirmable VAT certificate with evidence of remittance;
  • A confirmable evidence of Tax Clearance Certificate for the past 3 years duly certified by FIRS
  • Proof of contribution to ITF
  • Sworn affidavit that the company is not bankcrupt
  • Sworn Affidavit that the contractor/key personnel are not ex-convicts or bankrupt
  • Evidence of financial capability and banking support including banks reference and recent statement of account
  • A statement of interest including a statement of availability to undertake the job (within agreed time frame)
  • An undertaking/ Assurance for the delivery of the project in line with project brief.

 

B.      Technical

1.       Area(s) of specialty

2.      Technical   capability   of   the   company/including CV/photocopies of certificates of relevant staff

3.      Evidence of track records in the execution of similar projects

4.      Evidence of payment for similar job done in the past with verifiable names and telephone numbers of contact persons from the awarding institutions

5.      CASHES and quality Assurance policy of the company.

6.      Any other relevant information that will facilitate the evaluation of the company.

 

Evaluation Criteria

Contractors are expected to comply with the above requirements as failure may lead to the cancelation of the contractor’s submission. Contractors are to submit only genuine and verifiable documents as contractors who submits fake or fraudulently obtained documents will be disqualified and the attention of relevant security agencies may be drawn. All solicitation for prequalification will be based on the contractor’s technical and corporate capabilities.

 

 

Other Relevant Information

The selection of contractors for this project will follow

  • the provision and procedures outlined in the Public Procurement Act 2007. Only Contractors who have been successfully pre- qualified   will   proceed   to   the   next   stage   of  the procurement  process  and  would   be  duly  notified through a publication on the NDDC official website Contractors  can  seek clarifications  or request for additional information by writing to the office listed below before the deadline of the submission, from 11 am to 4pm Mondays through Fridays (except public holidays)
  • Contractors are advised not to try to influence the selection process as this will lead to their immediate disqualification. Such contractors may also be barred from seeking other job opportunities from the Commission. All cost incurred by any Contractor in the preparation and submission of the document are to be borne entirely by the Contractor.
  • The Commission reserves the right to reject any/all of the documents and to terminate the entire selection process at any time without any liability to the Commission.

 

Validity of the Solicitation for Prequalification

Solicitation for pre-qualification written in English language must be submitted in an addressed envelope marked at the top left corner “SOLICITATION FOR PRE­QUALIFICATION” to the address stated below on or before Friday, February 28th 2013

 

THE MANAGING DIRECTOR/CEO

Niger Delta Development Commission

167, Aba Road, Port Harcourt

Rivers State

 

Signed:

Management