Invitation for Pre-Qualification to Tender for 2010 TETFUND Special Intervention Projects (Batch II) at College of Education, Akwa Ibom State

College of Education

Afaha Nsit, P.M.B. 1019, Etinan, Akwa Ibom State

 

Invitation for Pre-Qualification to Tender for 2010 TETFUND Special Intervention Projects (Batch II)

 

Preamble

Applications are hereby invited from reputable and interested contractors with relevant experience and good track records to express their interest in bidding for the following jobs:

 

Job Profile

Lot l:                    COE/AFAHANSIT/SIP/TETFUND/10/01

Procurement of Furniture items for School of Early Childhood Care and Education Building.

 

Lot 2:                   COE/AFAHANSIT/SIP/TETFUND/10/02

Procurement of Furniture items for School of Primary Education Building,

 

Lot 3:                   COE/AFAHANSIT/SIP/TETFUND/10/03

Procurement of Furniture items for School of Junior Secondary Education Building.

 

Lot 4           COE/AFAHANSIT/SIP/TETFUND/10/04

Procurement of Furniture items for Central Library and Resource Centre.

 

Lot 5:                   COE/AFAHANSIT/SIP/TETFUND/10/05

Procurement of Furniture items for 400-seater capacity Lecture Hall.

 

Lot 6:                   COE/AFAHANSIT/SIPATETFUND/10/06

Procurement and Installation of Outdoor Facilities for School of Early Childhood Care and Education and School of Primary Education.

 

Lot 7:                   COE/AFAHANSIT/SIPATETFUND/10/07

Procurement and Installation of Fittings and Fixtures for Integrated  Science Laboratories for the Junior Secondary Education Building.

 

Lot 8:                   COE/AFAHANSIT/SIP/TETFUND/10/08

Procurement and Installation of Laboratory items for teaching of Integrated Science.

 

Lot 9:                   COE/AFAHANSIT/SIP/TETFUND/10/09

Procurement and Installation of Laboratory items for teaching of Primary/Basic Science and Technology.

 

Lot 10:        COE/AFAHANSIT/SIP/TETFUND/10/10

Procurement and Installation of Library Equipment and Materials.

 

Lot 11:        COE/AFAHANSIT/SIP/TETFUND/10/11

Procurement of Computers and Accessories for the Library and Resource Centre,

 

Lot 12:        COE/ AFAHANSIT/SIP/TETFUND/10/12

Procurement and Installation of Wireless Hot Spot in the Campus.

 

Lot 13:        COE/ AFAHANSIT/SIP/TETFUND/10/13

Procurement of e-Granary Digital Library.

 

Pre-Qualification Requirements:

Interested contractor(s) must either be a Nigerian or have a joint venture with a Nigerian company and should submit a letter of intent which must be accompanied by the following documents:

(i)                Evidence of incorporation by Corporate Affairs Commission.

(ii)             Company profile and organizational structure including names/resume of key personnel,

(iii)           Tax Clearance Certificate for me last three years,

(iv)           Evidence of VAT registration.

(v)             Verifiable list of similar projects/works executed in the recent past and evidence of satisfactory completion.

(vi)           Evidence of financial strength, credit worthiness and solvency,

(vii)        Evidence of compliance with the provisions of Pension Act 2004.

(viii)      Evidence of payment of development levy and registration of premises.

(ix)           Evidence of compliance with statutory provision of Industrial Training FundAct2011.

(x)             Letter from the contractor authorizing the College of Education, Afaha Nsit, to verify submission.

 

Submission of Pre-Qualification Documents

Four (4) copies of spiral bound pre-qualification documents in a sealed envelope with the inscription: “YEAR 2010 TETFUND SPECIAL INTERVENTION PROJECTS BATCH II (state Lot number) on the top left-hand corner of the envelope, should be submitted to:

 THE REGISTRAR

COLLEGE OF EDUCATION AFAHANSIT

Not later man 12 noon, Monday 2nd September 2013.

 

Opening of Pre-Qualification Documents

Pre-qualification documents will be opened mat same day, Monday 2nd September 2013 by 1.00 p.m.

 

Please note that all bidders will be required to pay a non-refundable pre-qualification fee of N 10,000.00 (Ten Thousand Naira) only at the Bursary Department of the College, in cash.

 

Collection of Tender Documents:

Pre-qualified contractors will collect the tender documents from the office of the Director of Works of the College on Monday 9th September 2013.

 

Submission of Tender Documents

Four copies of spiral bound Tender documents in sealed envelope with inscription “YEAR 2010 TETFUND SPECIAL INTERVENTION PROJECTS, BATCH II (state Lot number)” should be submitted not later than 12 noon on Monday 30th September 2013 to the Registrar, College of Education, Afaha Nsit. All Tenderers will be required to pay a tender processing fee of N30, 000.00 (Thirty Thousand Naira) only,

 

Opening of Tenders

The tender documents will be opened same day, Monday 30* September 2013 by 1.00 p.m. Interested members of the public, especially the tenderers are invited.

 

General Information:

All enquiries regarding this advertisement should be directed to:

 

The Director of Works,

College Of Education,

AFAHA NSIT.

Points to Note:

(a)     By the submission of the tender documents, College of Education, Afaha Nsit, is neither committed nor obliged to award the contract to any contractor.

(b)     The College is not bound to award the contract to the lowest bidder.

(c)      The College reserves the right to verify the authenticity of all claims in the tender documents submitted.

 

SIGNED

I. A. UBONG

Registrar

Pre-Qualification of Contractors and Call to tender for a Construction Project & Procurement at Abia State University

Abia State University

P.M.B 2000,

Uturu

Abia State, Nigeria

Website:      www abiastateuniversity.edu.ng

E-mail:        absu_vc@abiastateuniversity.edu.ng

Phone:        0803 681 1454, 0805 261 0681

 

Vice Chancellor:

Professor Chibuke Ogbuagu, B.Sc Hons (Nigeria); MA., M. Phil. with Distinction, Ph D (Yale)

 

Tender Notice

Pre-Qualification of Contractors and Call to tender for a Construction Project & Procurement

 

01.     Preamble:

Abia State University desires to undertake the Construction of a Faculty Building and procurement of items of furniture with the Tertiary Education Trust Fund (TETFUND) Special allocation to it.

 

The projects are listed on the table below:

 

LOT NO PROJECTS BID/TENDER FEE PAYABLE (N)
Lot l

 

Construction of the Faculty of Humanities/Social Sciences Block 400, 000

 

Lot 2 Procurement of Executive Tables and Chairs for Staff. 30, 000

 

 

02.     Pre-qualification

Interested competent contractors, who wish to submit to the pre-qualification exercise and bid for the jobs, are to send the under listed qualification requirements to the undersigned, under one cover:

 

  1. Evidence of Registration with Corporate Affairs Commission
  2. Evidence of Registration as a Contractor with Abia State Government
  3. Evidence of Registration as a Contractor with Abia State University
  4. Tax Clearance Certificate of the firm for the last three years (2010-2012).
  5. Evidence of VAT Registration and remittance.
  6. Corporate Profile of the Firm
  7. Evidence of performance on similar projects with dates and Contract award letters.
  8. Evidence of Payment of Training Contributions to Industrial Training Fund (ITF)
  9. Name and Address of Banker (s), including a reference letter from any of the Bankers.

 

03.     Submission of Tender/Bid Documents

Interested bidders are requested to obtain the bid documents from the Director of Physical Planning, Office of the Vice-Chancellor, on payment of a non-refundable

Bid/Tender fees as specified on the table above.

 

The Pre-Qualification and Job Tender documents should be enclosed in separate envelops; clearly marked as appropriate and submitted to:

 

Registrar/Secretary

Council Tenders Board

Abia State University

On or/before Friday 6th September, 2013

 

O.E. ONUOHA

Registrar/Secretary to Council Tender Board

Invitation to Tender at Adamawa State University, Mubi

Adamawa State University, Mubi

(Office of the Registrar)

 

Invitation to Tender

 

The Adamawa State University Mubi proposes to utilize the merged 2009-2012 normal TETFUND allocations to execute a number of capital projects as shown here under:

 

Lot No Description

 

TETFUND Code No.

 

1 Construction of Entrepreneurship Centre

 

UNI/MUBI/TETFUND/09-12/01

 

2 Construction of 7nos office blocks, Dean’s office block and external works for Faculty of Science.

 

UNI/MUBI/TETFUND/09-12/02

 

3 Construction of department office 2nos and external works for Faculty of Arts, Social and Management Sciences

 

UNI/MUBI/TETFUND/09-12/03

 

4 Construction of 5nos Lecture Halls A and B and classrooms for Faculty of Sciences

 

UNI/MUBI/TETFUND/09-12/04

 

5 Construction of office block extension and classroom block for Fisheries Department

 

UNI/MUBI/TETFUND/09-12/05

 

6 Rehabilitation of classroom block A,B,C and D, Lecture Halls 1 and 2 Multipurpose Hall and external works for MPH and blocks A and B

 

UNI/MUBI/TETFUND/09-12/06

 

7 Furnishing of entrepreneurship centre, Department office blocks for Science, Fisheries, furnishing of lecture Halls, classrooms for Sciences, Faculty of Arts, Social and Management Sciences, Multipurpose Hall and rehabilitated classrooms. Furnishing of information and Communication Technology Centre (ICT)

 

UNI/MUBI/TETFUND/09-12/07

 

8 Procurement of tools, equipment for Entrepreneurship Centre

 

UNI/MUBI/TETFUND/09-12/08

 

9 Procurement of 7nos HP 600M micro tower, 3.OGHZ. 4GB RAM, 500GB hard disk,  18.5 inch LCD monitor, USB keyboard and mouse, windows 8 + 650VA UPS

 

UNI/MUBI/TETFUND/09-12/09

 

 

2.       In this regard, interested, competent and reputable contractors are hereby invited to submit technical and financial bids in respect of the projects in accordance with the public procurement act 2007 as per procedure outlined below.

 

3.       Prequalification and Tender Requirements

 

1.       Evidence of registration as a company in Nigeria with the Corporate Affairs Commission (CAC).

2.       Submission of 3-years (2010, 2011, and 2012) audited accounts prepared by reputable Accounting Firm.

3.       Submission of 3-years tax clearance certificate issued by FIRS.

4.       Evidence of compliance with the Pensions Fund Act 2004 for registration and remittances.

5.       Evidence of contribution to the ITF in accordance with the amended ITF Act 2011.

6.       Evidence of registration with VAT and remittance of contribution.

7.       Sworn affidavit that no member of Staff of A DSU is a former or current Director or shareholder in the company submitting the bid.

8.       A sworn affidavit that none of the Directors of the company was convicted of a criminal offence or was ever declared bankrupt.

 

Note:

Items (I) – (VII) are basic requirements for which failure to supply any will result in automatic disqualification of the bidder.

 

Other Requirements

9.       Company profile indicating key Personnel and qualifications of Professional Staff.

10.     Evidence of available equipment.

11.     Verifiable evidence of execution of similar projects in the past 5 years.

12.     Evidence of financial capability and possible bank support

13.     Registration as contractor with ADSU.

 

4.       Bidding Procedure

Interested bidders may obtain prequalification forms for completion from the office of the DPPD on the payment of N5000.00 in ADSU Bursary, Similarly, tender documents may be obtained from the DPPD’s office on the payment of N10, 000.00 per lot in the University Bursary and presentation of official receipt for same.

 

5.       Submission of Technical and Financial Bids

 

Technical and financial bids in the prescribed format are to be submitted in separate sealed envelopes marked at the top left hand corner – technical/financial bid in respect of the lot chosen with the bidders name clearly stated. The sealed bidding documents are to be addressed to the Registrar, ADSU, P.M.B 25, Mubi and deposited in appropriate boxes in the office of the Registrar not later than 10.00am on 6th September 2013.

 

6.       Opening of Bids

 

1.       Technical bids are to be opened publicly immediately after close of bidding on 6th September 2013.

 

2.       Bidders, their representatives, relevant NGOs and the general public are invited to witness the opening of prequalification bids, however only prequalified bidders and relevant NGOs may witness the financial bids opening at 12.00 noon on 9th September 2013.

 

7.       Additional Information

 

1.       Receipt of bidding documents should not be construed to mean contractual commitment enabling failed bidders to seek indemnity.

2.       Late submission howsoever arising shall be rejected.

3.       Bids valued at N100 million and above are to be submitted with bid security bond worth 2% of the bid value.

 

Signed

MRS J. M. Garnvwa, FCBA, FCIA

Registrar

Tender Opportunity at Dangote Industries Limited

Dangote

Tender Opportunity for the Supply of Automotive Gas Oil (Ago) for Dangote Cement Plants

 

Dangote Industries Limited invites interested and reputable contractors with suitable equipment and relevant experience for consideration to tender for the provision of Automotive Gas Oil (AGO) for our operations in Obajana, Gboko and Ibese cement plants.

 

Scope of Work

The scope of contract shall be for vendor management of a 10 million litres capacity of AGO tanks situated in the tank farm of each

 

The vendor manager shall be responsible for:

i.            Procurement quality assurance, transportation, handling, transfer and storage in the dedicated tanks

ii.            Dispensing and releasing of AGO as required by the Plants

iii.            Maintaining minimum re-order level as follows:

 

Plants

 

Minimum re-order level

 

Obajana

 

5million

 

Ibese

 

3million

 

Gboko

 

2miilion

 

 

Requirement

The applicant shall submit a credible and verifiable plan towards execution of the contract:

Additional information required are:

A.      PERFORMANCE

  1. List of experience in such deliveries (past record)
  2. Reference of three (3) years major customers that can be contacted for information

 

B.      FINANCIAL STANDING

  1. Evidence of good financial standing in the form of working capital and summary of current bank statements and/or proof of other financial facilities
  2. Evidence of three (3) years Tax Clearance Certificate and suitable proof of sources of capital

 

C.      TECHNICAL INFORMATION

  1. Details of the suppliers Quality Assurance and Quality Control Procedures

 

D.      HSE

a.       Details of suppliers Health, Safety and Environment (HSE) Policy and Program together with Safety Records for accident injuries, damages and summary for near misses, LTI, for the last three years

 

Method of Application

Applications are to be submitted in a sealed envelope and addressed to:

Group Head,

Strategic Supplies

Dangote Industries Limited

3rd Floor

Union Marble House

No. 1, Alfred Rewane Road, Falomo,

Ikoyi

Applications must be received not later than 22nd August, 2013

Signed Management

Invitation for Pre-qualification at Rural Water Supply and Sanitation Agency (RUWASA)

Jigawa state Government of Nigeria

Rural Water Supply and Sanitation Agency (RUWASA)

Shuwarin Dutse, Jigawa State

Invitation for Pre-qualification of contractors for EU/UNICEF/WSSSRP II water and Sanitation Projects

The Rural Water Supply and Sanitation Agency (RUWASA) is inviting reputable companies/contractors to apply for pre-qualification as potential contractors for the award of contract for the drilling and installation of Hand Pump Boreholes and Construction of VIP Latrines in the state under the EU/UNICEF WSSSRP II Water Supply, Sanitation and Hygiene (WASH) Programme in Mallam Madori and Taura LGAs

 

Requirement for Pre-Qual1fication:

To qualify for the Pre-Qual1fication, contractors are required to submit copy of company profile containing the under listed documents:

  1. Certificate of incorporation with Corporate Affairs Commission
  2. Evidence of Financial capability (Reference Letter from Reputable  Bank)
  3. Evidence of availability of relevant equipment and technical capacity
  4. Evidence of performance in other similar relevant project
  5. Evidence of three (3) years TAX clearance.
  6. Evidence of VAT registration.

 

Submission Date

The completed documents should be submitted in a sealed envelope to reach the office of the Managing Director not later than 29th August, 2013

Only Pre-qualified contractors will be invited to tender for the projects,

 

Singed

The Managing Director

Rural Water Supply and Sanitation Agency (RUWASA),

Jigawa State