Invitation to Tender for the Procurement of Goods under Satellite Towns Development Agency, Federal Capital Territory, Abuja at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

Satellite Towns Development Agency (STDA)

 

The attention of the general public is hereby drawn to the projects advertised on the Federal Tenders Journal/Monday September 17, -Sunday September 30, 2012 and Daily Trust, Tribune and Central Post Newspapers of 17th September, 2012 please.

2.       The Advertisement for the following:

Lot PG2:     Botanical Planting for FCT Plant Nursery at Pegi.

Lot PG1:     Acquisition of Light Equipment and Tools for FCT Plant Nursery at Pegi. These projects are now being restructured as follows:

 

 

Invitation to Tender for the Procurement of Goods under Satellite Towns Development Agency, Federal Capital Territory, Abuja

 

The Federal Capital Territory Administration (FCTA), through the Satellite Towns Development Agency has provisions in the 2012 FCT Statutory Budget and intends for procurement of goods. In line with the Public Procurement Act, 2007 the Agency is inviting competent and interested Companies to submit Combined Tender for any of the under listed projects.

 

 

A,    Procurement

I

Lot l  Supply of Production Materials Items:

 

  1. Topsoil and Organic Manure
  2. Inorganic Manure
  3. Agro   Chemical-Fungicides, Insecticides, Nematocides, Termiticides, Herbicides etc

 

Lot 2           Supply of Plant and Seedlings

Lot 3           Supply of Garden Equipment and Tools Items:

  1. 2No. Tractor Trailer (Mahindra)
  2. 6 No. Bush-hog Slasher

Lot 4           Supply of 2No. 10,000 Litres Mercedes Benz Water Tanker

Lot 5           Supply of 2No. 5-Ton Tipper Lorry

Lot 6           Supply of 2No. Mitsubishi Canter Truck

Lot 7           Supply of 2No. Toyota Hilux Utility Vehicle

Lot 8           Supply of Garden Tools (Wheel Barrows, Shovels, Rakes, Hoes, Cutlass etc

Lot 9           Supply of 100KVA Sound-Proof Generator Set

Lot 10         Supply of 18 Seater Toyota Bus

 

 

B.    Pre-Qualification Requirements:

Eligibility Requirements (without which a Company shall be disqualified)

  1. Evidence of Registration of the Company with Corporate Affairs Commission (CAC);
  2. Tax Clearance Certificate for the last 3 years expiring December, 2012;
  3. Evidence of compliance with the Provision of Pension Reform Act 2004 which stipulate Registration and up to date Remittance of employee Pension Fund contributions in line with Part IV, section 16 subsection 6d of the Public Procurement Act, 2007;
  4. Evidence of Firm’s Contributions to Industrial Training Fund (ITF);

 

 

Additional Requirements

v.       Corporate Profile of the firm including Company’s registered address, functional contact e-mail address and contact GSM phone numbers(s);

vi.      Evidence of up to date Annual returns with CAC (2011);

vii.     Verifiable Evidence of experience with similar projects executed in award letters, certificates of valuation, completion certificates will be considered)

viii.    Chartered Accountant prepared Audited Account for the last three (3) years;

ix.      Evidence of Financial Capability including Company’s Current Bank Reference and Statement of Account for the last 12 months;

x.       Only   Companies   with   a  Minimum  Annual   Turnover   of N10,000,000.00 (Ten Million Naira) should apply.

xi.      A sworn Affidavit certifying as follows:

a.       The company is not in receivership, insolvency or bankruptcy

b.       The company does not have any director who has been convicted by any court in Nigeria and any other country for criminal offence in relation to fraud or financial impropriety.

c.       That no officer of STDA or BPP is a former or present director or shareholder of the company.

d.       That there has been no promise of a gift in any form to any of the STDA or BPP staff.

 

 

D. Collection of tender Documents

Interested companies are to collect Tender Documents from 8The Office of the Secretary, FCTA Tenders Board, Room 043, Block B (Former Public Building Block), FCTA Secretariat, Area 11, Garki -Abuja upon the presentation of a payment of N10, 000.00 per Lot (Ten Thousand Naira only) non-refundable Tender Fee into FCT Treasury Revenue Account at Fidelity Bank (Central Area) Account No: 051503010000426.

 

E.    Submission and Opening of Tender Documents

The Technical (Pre-qualification) and Financial bid documents should each be sealed and labeled Technical and Financial bids’ as appropriate separately, and the two separate envelopes shall be put in another envelope that should also be sealed and labeled as:” Supply of————–(stating the Procurement Title)” Lot (_). The financial bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the authorized representative of the bidder. The document is to be dropped in the Tender Box in Room 043 (Former Public Building Block), FCTA Tenders Board Secretariat, Area 11, Garki -Abuja, not later than 10:00am 12th November, 2012. The representatives of the bidding companies and members of the public who choose to attend are invited to witness the opening of the tenders on the same day by 12:00 noon at FCT Tenders Board Annex, Room G9 Akinola Aguda Hall, FCT Archives & History Bureau, Behind AGIS Building, Peace Drive, Area 11, Garki, Abuja.

 

 

 

Please Note That:

  1. Due Diligence could be carried out on the companies to verify claims included in the submissions;
  2. Interested members of the Public especially Civil Right Organization are invited to attend the opening exercise. They are expected to adhered to the Code of Conduct for Public Procurement Observers stipulated by the Bureau of Public Procurement
  3. Response to this Invitation shall not obligate FCTA /STDA to consider any responding company for the award of any contract. All cost incurred shall be borne by the responding company;
  4. The advert should not be construed as a commitment on the part of the FCTA/ STDA, nor shall it entitle responding companies to seek any indemnity from FCTA/STDA by virtue of such company having responded to this advert.

 

Signed Management     

RE: “Invitation for Pre-Qualification” at Bank of industry

Bank of industry

 

RE: “Invitation for Pre-Qualification”

 

ADDENDUM

 

The Bank of Industry Limited wishes to refer to its Invitation for Pre-Qualification as advertised in the Federal Tenders Journal Volume 8, No.16 Monday August 6th Sunday August 19, 2012, Leadership Weekend of Saturday August 11th, 2012, Guardian Newspaper of Monday August 13th, 2012 and Thisday Newspaper of Tuesday August 14th, 2012.

 

  1.  The Bank wishes to inform all interested companies that the requirement of Evidence of current registration with the Federal Ministry of Works will no longer be needed as the registration with the Corporate Affairs Commission will suffice.
  2. The Bank wishes to inform all interested companies that the date for the submission of Pre-qualification Application and other supporting documents commences August 11th, 2012 and ends not later than 5:00 pm October 8th 2012. All applications will be opened on October 10, 2012 by 8: 00 am at Bank of Industry Corporate Office Complex, Abuja.
  3. Interested companies should please note that the outcome of our evaluation of their submissions, whether successful or otherwise, will be appropriately communicated.
  4. Please ensure compliance. Any inconveniences caused are regretted.

 

Note: All other contents in the earlier publications remain the same.

Signed

Management

Bank of Industry Limited

www.boinigeria.com

Invitation for Bids (IFB) at National Universities Commission, Abuja, Nigeria

Invitation for Bids (IFB)

Federal Government of Nigeria

 Science and Technology Education Post-Basic (STEP-B) Project

 National Universities Commission, Abuja, Nigeria

 

Nigeria Research and Education Network (NgREN)

Credit No. 4304-UNI

 

IFB No. STEP-B/NUC/NgREN/ICB/GDS/1/12

 

Date of Issuance: 4TH October, 2012

 

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business; issue no 591 of 2nd July, 2007.

 

  1. The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Science and Technology Education Post Basic Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement of Network Management Centre and Multimedia Infrastructure and Services

 

  1. The National Universities Commission, Abuja, Nigeria,

participating in the implementation of the Science and Technology Education Post Basic Project, now invites sealed bids from eligible and qualified bidders for the:

 

 

Lots Description

 

Quantity

 

Locations

 

Bid Security

 

Commissioning

 

1 Network Management

Center

Infrastructure

and office

equipment

 

 

Lot

 

NUC, Abuja,

Nigeria

 

N1, 500, 000.00 or

US$9.500.00

 

90 days

 

2

 

Multimedia Infrastructure

and Services

 

Lot

 

27 Federal Universities,

NUC (Abuja) and Network

Management

Centre

(Abuja)

 

N1, 262, 000.00 or US$7,900.00 90 days

 

 

 

  1. Bidding will be conducted using the International Competitive Bidding (ICB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits and is open to all Bidders from eligible source countries as defined in the Guidelines that meet the following minimum qualification criteria
  • Documentary Evidence of at least two contracts involving the development, installation and provision of technical support for Information Systems of similar nature, functional/technical characteristics and value during the last three (3) years
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of turnover and adequate working capital
  • Manufacturer’s Authorizations for Information Technologies – except for those technologies which the Bidder itself manufactures – are required for the following types/categories: All active (i.e. powered) equipment and all software

 

A margin of preference for eligible national contractors shall not be applied. Additional details are provided in the Bidding Documents.

5.       Interested eligible bidders may obtain further information from STEP-B Project Office, National Universities Commission, Abuja, Nigeria at the address below and inspect the Bidding Documents from 9:00am to 4:00pm Mondays – Fridays, except on public holidays.

 

6.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of N 15,000.00 (Fifteen Thousand Naira) only or equivalent of US$100 only. The method of payment will be bank draft in favor of National Universities Commission STEP-B Project. The Bidding Documents will be collected by the representative of the Bidder directly or by courier services paid by the bidder on request. A pre-bid meeting which potential bidders may attend will be held on 30th October, 2012.

 

7.       Bids must be delivered to the address below at or before 12:00noon on 29th November, 2012. All bids must be accompanied by a bid security in the amounts stated above Late bids will be rejected. Bids will be opened in the presence of the Bidders’ representatives who choose to attend at the address below at 12:00noon.

 

8.       The attention of prospective Bidders is drawn to (i) the fact that they will be required to certify in their bids that all software is either covered by a valid license or was produced by the Bidder and (ii) that violations are considered fraud, which is, among other remedies, punishable by potential blacklisting from participation in future World Bank-financed procurement.

 

NUC STEP-B Project Office, Virtual Library Building, National Universities Commission, 26, Aguiyi Ironsi Street,

Maitama-Abuja P.M.B. 237, Garki, GPO, Abuja, Nigeria

 

TEL:   +234-8027455412, 7054407741, 7039254081 Ext 2232 or 2233

E-Mail: nucstepb@gmail.com;

 

Signed:

Project Manager, STEP-B

Invitation to Tender at Rural Electrification Agency

Rural Electrification Agency

 

Invitation to Tender

 

For Rural Electrification Projects Under 2012 FGN Capital Appropriation

 

1.0     Introduction

The Rural Electrification Agency (REA) in line with the Federal Government’s efforts at stimulating and accelerating rural development through extension of electricity to rural and peri-urban communities nationwide intends to undertake Rural Electrification Projects under its 2012 FGN capital budgetary allocation.

Consequently, the Agency wishes to invite interested, competent and reputable companies to bid for the execution of the under-listed projects.

 

2.0     Scope of Work

 

Lot No.                        Project Description
Lot 1 Installation and Distribution of transformers in Oyo South Senatorial District, Oyo State (Osasami, Ode-Odoro Adabeji, Atowoda, Oke Itunnu, St. Stephen Church Nalende, Oke Oloro Association)

 

Lot 2 Installation of 1 No. 500kva 33/0.415KVA Distribution transformer along Gambari Iresaadu Road in Surulere LGA, Oyo State

 

Lot 3 Construction of 11KV Distribution and installation of 1No. 500KVA 11.415KV transformer at Papa Aireke along Ogbomoso Iwofin, Oyo State

 

Lot 4 Provision and Installation of 300KVA Transformer (11 Nos) in Oluyole Federal Constituency, Oyo State (Dalley, Olubi, Ibuso Gbaro and Onipe)

 

Lot 5 Installation of 1 No 500K VA 33/0.415 Transformer along Arolu along Ikunsin Road in Surulere LGA, Oyo State.

 

Lot 6 Construction of 11KV Distribution and installation of 1No. 500KVA

11/0.415KV transformer at Iluode along Idi-Araba in Ogo Oluwa LGA, Oyo State

 

Lot 7 Electrification of Oke-sopen and Atikori in Ijebu-Igbo, Ijebu-North LGA, Ogun State

 

Lot 8 Relocation and refurbishment of 7.5MVA 33/1 1kv transformer and Panels currently at Ijebu-Igbo to Atan, in Ijebu North-East LGA, Ogun State

 

Lot 9 Provision of transformer in Agbokela Ikare Akoko, Akoko North-East LGA, Ondo State

 

Lot 10 Provision of Transformers in Ise, Akoko North East LGA, Ondo State

 

Lot 11 Supply/Installation of 5Nos 33/0.415KV,500KVA Transformers including  connection to National Grid at Orhuwhorun town in Udu LGA, Edo State

 

Lot 12 Supply and Installation of 5No. 11/0.415 KV Transformers at Effurum in Uvwie LGA of Delta State. (Enikogho Street, Ughorikoko, Onorji Street behind Canewood Hotel, Abugo Close, Ekpan Centre Road by Woodridge, Ovwian and Ojikpata New Layout in Effurum).

 

Lot 13 Electrification of Unuamen village, Ovia North East LGA, Edo State

 

Lot 14 Electrification of umwengbe village, Ovia North East LGA, Edo State

 

Lot 15 Provision of 6 Nos. of 500kva Transformers in Edo North LGA, Edo State

 

Lot 16 Supply and Installation of 10No. Transformers in the following towns in Buruku LGA, Benue State.

(a. Electrification of Nenge (Ijah)-Fada   b. Fada – Adogo)

 

Lot 17 Extension of High Tension Line from Ugbema Junction to Apesough, Mbagen village, Mbakura, Mbagen, Buruku LGA in Benue State

 

Lot 18 Procurement and installation of 300 KVA. 33/0.415KV Transformers in Apesough, Mbayuav village, Mbaakura, Mbagen, Buruku LGA, Benue State.

 

Lot 19 Provision of electricity at Otobi/Ogene/Ogbodo-Amejo (Otobi only), Benue State

 

Lot 20 Electrification of Aifam Owukpa / Okpudu Itabono/ Adum Aona Orokram (Aide-Okpudu-Owukpa, Adum Aona, Orokpam-Ejemah Extension)

 

Lot 21 Relief Substations at Okpoga, Ugbokolo, Otukpa in Benue State

 

Lot 22 Iwewe-Eboya-Akor-Olor (Electrification) Benue State

 

Lot 23a Electrification of Obagaji/Okoklo, Benue State

 

Lot 23b Electrification of Oshigbudu/Oweto, Benue State

 

Lot 24a Electrification of Akpuneje, Benue State

 

Lot 24b Electrification of Akwete Akpa, Benue State

 

Lot 24c Electrification of Aagboke Oglewu, Benue State

 

Lot 25a Electrification of AA-Ede/Ibagba Owukpa/Odobe/Ibafu in Benue State

 

Lot 25b Electrification of Itabono in Benue State

 

Lot 26a Electrification of Adum West/Ohuma/Oyinyi/Ojwo, Benue State (Adun West/Ohuma only)

 

Lot 26b Electrification of Onobi /Otukpo (Extension), Benue State

 

Lot 26c Electrification of Ebu/Ipega/Otoli/Ehaje Olega, Benue State

 

Lot 26d Electrification of Ichama Ext/Adiga, Benue State

 

Lot 27a Electrification of Ukpa Ochodu, Benue State

 

Lot 27b Electrification of Ogyoma, Benue State
Lot 27c Electrification of Adoka/Umogidi/Iwili (Iwili TDN only) Benue State

 

Lot 27d Electrification of Ogoli/Ipolo Extension (Igbiagidi) Benue State

 

Lot 28a Electrification of Amla/Emichi/Okpomaju Otukpo (Amla/Enuchi) Benue State

 

Lot 28b Electrification of Eboya Ogiewu, Ohimini LGA, Benue State

 

Lot 28c Electrification of Oji in Apa LGA, Benue State

 

Lot 28d Electrification of Omutele-Oglewu. Ohimini LGA, Benue State (Omutele)

 

Lot 29 Electrification of Umuoba Anam to Nzam at Nzam Umuoba Anam, Anambra East LGA, Anambra State (Umuoba Anam)

 

Lot 30 Procurement and Installation of Transformers and Accessories and Grid Extension at various communities of Igbo Etiti, Igbo Eze North, Igbo Eze South, Nsukka, Udenu and Uzo-uwani LGAs in Enugu North Senatorial District, Enugu State

 

Lot 31 Procurement and installation of Transformers and Accessories and  Grid Extension at Obeleagu Umana, Abia, Umulungbe, Mgbagbu Ozom and Ngwo in Udi/Ezcagu Federal Constituency of Enugu State (Abia-Ofeke I & II, Mgbagbu Ozom).

 

Lot 32 Procurement and installation of Transformers and Accessories and Grid

Extension at Amechi Uwani, Ihuorie Amechi Uwani, Ugbo Odogwu, Ama Hausa and UNTH-Iva Road in Enugu North/Enugu South Federal constituency of Enugu State (Ihuorie Amechi Uwani)

 

Lot 33 Power Rehabilitation and upgrading of Distribution Sub-station, Okigwe LGA, Imo State.

 

Lot 34 Power Rehabilitation and supply of 2No. 200KVA Transformers, Isiala

 

Lot 35 LGA, Imo North, Imo State (Eziama Obollo)

Electrification of Wuro-Yanka in Adamawa State (ITC & Boberi TDN)

 

Lot 36 Rehabilitation of 33K.V Line from Shelleng-Dalwa, Knawa Barta and

Bodai in Adamawa State

 

Lot 37 Electrification in the following LGAs; Chiri, Kwakwa, Shakodna in Niger State

 

Lot 38 Purchase of 5 Nos. 500KVA Transformers (Tagina in Kagara LGA, Baga and Igwa in Shiroro LGA, Okada Road in Minna LGA, Tungan

Mallam in Paiko LGA), Niger State

 

Lot 39 Electrification of Allan Town, Shiroro LGA in Niger State

 

Lot 40 Electrification of Manna. Dan Maigari and Masaka Towns of Babura and Garki LGAs in Jigawa State (Dan Maigari & Nasakar)

 

Lot 41 Provision & Installation of 500KVA Transformers (5Nos) and Poles at (A) Ilobu, Irepodun LGA (i) Ima High School (ii) Oke-Okonda (iii) Local Govt. Scheme: (B) Osogbo, Osogbo Local Govt. Owode (Oke Baale Area: (C) Oba- Ile Olorunda Local Govt. (Oba- Ile) all in Osun State

 

 

3.0     Eligibility Criteria

 

Interested and competent contractors wishing to carry out the above jobs must submit the following documents.

1.       Copy of Certificate of Incorporation and Articles & Memorandum of Association.

2.       Tax clearance certificates for the last three (3) years (i.e. 2009, 2010 and

2012).

3.       VAT Registration Certificate and Certificates of VAT remittances.

4.       Certificate of compliance with Pension Act 2004 and evidence of remittances to Pencom.

5.       Audited accounts of the company for the last 3 years (2009, 2010 and 2011) duly stamped by a registered Auditor.

6.       Evidence of financial capacity from a recognized bank (Not just evidence of ownership of a bank account but also statements, showing at least immediate past six (6) months bank transactions).

7.       Verifiable evidence of similar jobs executed in the last 5 years including

letters of award, completion and or interim certificates.

8.       Evidence of contribution to industrial Training Fund (ITF)

9.       Sworn affidavit that none of the Directors of the company has ever been convicted of a criminal offence in Nigeria or any other country.

10.     Construction and Engineering companies should provide evidence that at least one of their Directors is a COREN registered Engineer and that their project supervisors are COREN registered.

11.     Comprehensive company profile including details/CVs of Management and professional staff.

12.     List of equipment to be deployed for the project and evidence of ownership or lease of the equipment.

13.     Company’s registered address and verifiable present functional contact information including street address, email addresses, land and GSM phone number(s) and fax (if any).

14.     Sworn affidavit that no staff of the Agency has interest in or is a Director of the Company.

15.     Any other relevant document(s) that will place the company at a competitive advantage over others.

 

4.0     Collection of Tender Documents

Interested Bidders are to pay a non-refundable fee of N25,000.00 (Twenty Five Thousand Naira) only in Bank Draft drawn in favour of Rural Electrification Agency to the Funds Directorate, 1st Floor at Agency’s Corporate Headquarters, 16 Gwani Street, Wuse Zone 4, Abuja and obtain a receipt. The original and Photostat copies of the receipt are to be presented to Procurement Directorate on the 2nd Floor of the same building for collection of Tender Documents between the hours of 10:00am and 4:00pm Mondays to Fridays on or before 9th November, 2012 by 12:00noon.

 

5.0     Submission/Opening of Tender Documents

5.1   Bidders are to submit six(6) hard and one soft electronic CD copies of the

Technical (pre-qualification) and Tender (financial) Documents in two separate sealed envelopes clearly marked “Technical” and “Tender” respectively on the top left corner. The Lot, Project title and package Numbers should be indicated on the back of each envelope. Both envelopes should then be placed in a third (bigger) envelope also sealed and marked with the Lot Number, Project Title and Package number on the top left corner and addressed to:

 

The Managing Director/CEO

Rural Electrification Agency

16, Gwani Street

Off IBB Way

Wuse Zone 4, Abuja

 

For ease of identification, the reverse side of all envelopes used should bear the bidding company’s name, address and phone number of contact person.

 

5.2     Completed documents are to be hand-delivered to the Tenders Box at the Board Room, 3rd Floor, Rural Electrification Agency Corporate Headquarters, 16, Gwani Street, off IBB Way, Wuse Zone 4, Abuja, on or before 12th November, 2012 by 12:00noon. Bidders should obtain Bid acknowledgment Receipt from the Bid Registration officer before dropping their Bids in the box. The Technical documents shall be publicly opened same day at 2:00pm at the Conference Hall, Chesbury Hotel, Gwani Street, Wuse Zone 4, Abuja, while the tender documents of only the pre-qualified bidders shall be opened at the same venue on 21st November, 2012 at 12:00noon.

 

Interested bidders or their representatives are hereby invited to attend the functions as scheduled above, please.

 

6.0   Important Notice

i)       Bidders are not restricted to only one lot but separate documents are to be

submitted for each lot.

ii)      Inability of an applicant to provide all the documents listed for eligibility or submission of fake documents shall result in disqualification and the financial Tender submitted by the applicant shall not be considered.

iii)     Contractors with history of abandonment of rural electrification job/or lack of capacity need not apply.

iv)     Only correctly addressed bids will be opened.

v)      Bids submitted after the stipulated deadline will be rejected.

vi)     Technical documents are to be arranged and numbered in the order the

requirements are listed in section 3 above.

vii)    Every page of all submitted documents i.e. hard copies must be signed by a person duly authorized to sign on behalf of the company. Evidence of such authorization in a written form should be attached and shall form part of the eligibility criteria.

viii)   The Agency will not be responsible for any cost or expenses incurred by any

interested party in connection with response to this advertisement/invitation.

ix)     The Agency reserves the right to verify the authenticity of all documents submitted.

 

Signed:

Management

Invitation for Pre-Qualification to Tender at NNAMDI Azikiwe University, Awka

NNAMDI Azikiwe University, Awka

 

Invitation for Pre-Qualification to Tender

 

Nnamdi Azikiwe University, Awka hereby invites bids for pre-qualification from suitably qualified, competent, reputable and interested contractors for under-listed projects.

 

List of projects:

(i)      Electrical Works in the Faculty Building for Physical Sciences and Biosciences Wing A and Wing C.

(ii)     Mechanical and Plumbing Works in the Faculty Building tor Physical Sciences and Biosciences Wing A and Wing C.

(iii)    Installation of 500KVA Generator for the Faculty Building tor Management Sciences and the Environs.

(iv)   Supply and Installation of Street Lights to the Senator Joy Emodi

Road and the Science Village.

(v)    Construction of the External Works and Landscaping to the Elmada Hostels.

(vi)   Supply of Laboratory Furniture to the Faculty of Pharmaceutical

Sciences Agulu.

(vii)   Construction of Plant House for the Faculty of Management Sciences and the Environs.

 

Pre-Qualification Requirements:

Prospective tenderers are required to submit their pre-qualification bids containing the under-listed documents/information in clearly marked and wax sealed envelopes to the office of the Registrar, Nnamdi Azikiwe University, Awka, on or before Tuesday 16th October 2012 by 12.00 pm.

 

(a)     Evidence of payment of Education Tax (for Limited Liability Companies only).

(b)    Evidence of payment of non refundable deposit of N20,000 each for items (i) and (ii); N10,000.00 for items (v) and N7,000 each for the other items

(c)      Certificate of registration/incorporation

(d)    Current three years tax clearance certificate

(e)      VAT registration certificate

(f)     List of plant and equipment owned by the company and verifiable addresses of their locations.

(g)     Details of verifiable experience of similar projects/evidence of timeous completion of projects of similar nature and magnitude.

(h)     Resume of key professional staff to be involved in the work and evidence of registration with the relevant professional bodies.

(i)      Current financial status of the Company.

(j)      Evidence of remittance of pension contribution fund for staff of the Company from reputable Pension Funds Administrator (PFA) as provided in section 16 sub section 6(d) of the Public Procurement Act 2007.

 

Please note that only Contractors who have executed similar single projects of value in excess of N50,000,000.00 for items (i) and (ii) above; (i.e. in Electrical and Mechanical Works respectively) need to apply for

 

Submission of Bids

Please also note that only Contractors that are found suitable and have been pre-qualified for each of the projects will be given the tender documents and invited for the competitive bidding for the award of contract for the project(s)

 

Closing date for the submission of the pre-qualifications bids is on Tuesday 16th October 2012 and the public opening follows immediately thereafter in the Council Chamber of the University on Tuesday 16th October 2012 by 1.00pm. The representatives of the bidders and interested members of the public are invited and encouraged to attend to witness the exercise.

 

Signed:

Barr. C.C. Okeke