Invitation to Tender for Registration as Suppliers/ Contractors and Service Providers for Minor Value Procurements at Federal Capital Territory

Federal Capital Territory Administration

 

Invitation to Tender for Registration as Suppliers/ Contractors and Service Providers for Minor Value Procurements

 

The Federal Capital Territory Administration intends to establish a Data Bank for Suppliers, Contractors and Service Providers for a Minor Value Procurements (N250, 000.00 and less than N2, 500,000.00) for which funds were provided in the 2012 FCT Statutory Budget. Accordingly, competent and interested companies are hereby invited to submit technical Bids for registration for MINOR VALUE PROCUREMENTS.

 

(A) Scope of Work

1.       Supply of Office Materials and Supplies

2.       Supply of Office Furniture

3.       Supply of Office Equipment

4.       Supply of Library Books and Periodicals

5.       Supply of Computer Materials and General Supplies

6.       Printing of Non Security Documents

7.       Maintenance of Motor Vehicles

8.       Maintenances of Office Furniture

9.        Maintenance of Office Building

10.     Maintenance of Other Infrastructure

11.     Maintenance of Office Equipment

12.     Maintenance of Computer and IT Equipment

13.     Maintenance of Plants/Generators

 

(B) Pre-Qualification Requirements

Interested   companies shall forward copies of the following documents and the originals to be made available for sighting during the Tender opening.

i)                   Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.

ii)                Tax Clearance for the last three years expiring December, 2012

iii)              List of verifiable documentary evidences of similar jobs successfully executed within the last three years (copies of letter of contract award, and completion certificates to be provided)

iv)              Sworn Affidavit in line with the provisions of part IV ,section 16, sub section 6(e-f)of the Public Procurement Act, 2007

v)                Company profile to include information on key staff and their role in the company,

vi)              Evidence of up to date Annual Returns with CAC.

 

 

(C) Submission

The Pre-qualification bid documents should be sealed and labeled as: “(Pre-qualification for Minor Value Procurement)” The Bid Documents should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the bidder. The document is to be dropped in the tender Box in the office of the Secretary, FCT Tenders Board, Room 043 (Former Public Building Block) Area 11, Garki-Abuja, not later than 22nd August, 2012 by 10.00am.

 

The representatives of the bidding companies are invited to witness the opening of the tenders on the 22nd August, 2012 at Room G9 Achieves and History Bureau No.5 Peace Drive Area 11, Garki-Abuja by 12.00pm.

 

 

NOTE:

i)       Interested members of the general public, especially the civil society Organization are invited to attend the opening exercise. They are to abide by the code of conduct for procurement observers issued by the Bureau of Public Procurement Act, 2007

ii)      Company’s representatives are to come along with a letter of introduction indicating name, rank and sample signature to the opening exercise.

iii)     The invitation should not be considered as real tender

iv)     FCTA is not bound to accept any other tender.

 

Signed

Management

Invitation to Pre-qualify for the Execution of Tetfund (2008-2011) Merged Library Development Projects at University of Calabar

UNIVERSITY OF CALABAR

P.M.B 1115, Calabar, Cross River State

 

Invitation to Pre-qualify for the Execution of Tetfund (2008-2011) Merged Library Development Projects

 

 

Introduction

The University of Calabar intends to utilize its Tetfund (2008-2011) merged library development projects fund for procurement of assorted tertiary textbooks, reference materials library processing tools and furniture. To this end, the University invites interested and credible contractors with relevant experience and good records to pre-qualify for the under listed projects.

 

 

Scope of Work

 

S/NO

 

LOT NUMBER

 

DESCRIPTION OF SUPPLY

 

1 Lot 1 English and Literature Languages and Linguistics Philosophy and Religion

Economics

Radiology

Medical Books

 

2 Lot 2 Library Science

Theatre Arts

Reference Books

History and International Relations

 

3 Lot 3 Biology

Fisheries and Zoology

Genetics and Biotechnology

Microbiology

Agriculture

Environmental Science

 

4 Lot 4 Accounting

Management

Sociology

Tourism

Education

Law

 

5 Lot 5 Physics

Geology

Mathematics and Statistics

Biochemistry

Chemistry

6 Lot 6 4-in-1 Library Reading Table (30)

2-in-1 Library Reading Table (30)

Chairs for Library Reading Table (300)

 

7 Lot 7 Senior Execution Office Table (10)

Office Table (10)

Junior Executive Office Table (10)

High Back Swivel Executive Chair (10)

Junior Executive Officer Chair (20)

         

 

 

 

Pre-Qualification Requirements:

Interested companies should submit the under-listed pre-qualification documents for assessment:

1.       Evidence of incorporation with Corporate Affairs Commission (CAC).

2.       Evidence of recent annual returns of CAC.

3.       Evidence of current tax clearance for the past three years.

4.       Evidence of VAT certificate and VAT remittances to Federal Internal Revenue Service.

5.       Names of bankers with references.

6.       Company profile with CV’s of key officers including photocopies of relevant professional/technical qualifications.

7.       Verifiable evidence of successful completion of similar works within the past three (3) years; attach copies of awards and certificate of completion.

8.       Evidence of financial capability and banking support.

9.       Submission of PENCOM’s certificate of compliance, confirming company’s fulfillment of its statutory obligations to employees with respect to pensions.

10.     Evidence of current audited accounts of the company for the past three years.

11.     Please state clearly your company’s full contact address, GSM Number and E-Mail Address for ease of communication.

12.     Sworn affidavit that no officer of the University of Calabar is a former or present director, shareholder or has any pecuniary interest in the bidder; and none of the Directors of the company seeking pre-qualification has been convicted of any criminal offence and the company is not under receivership. The affidavit is to also confirm the authenticity of information presented in the firm’s pre-qualification documents to be true in all particulars.

 

Submission:

(i)     Pre-qualification documents must be delivered in one bound copy in a sealed envelope marked, “Confidential Pre-qualification for UNICAL 2008-2011 Tetfund Library Development Projects” and the lot of interest clearly printed at the lop left corner of the envelope to be submitted on or before 27ln August. 2012. The sealed and clearly marked envelops as specified above should be addressed to:

 

The Registrar,

University of Calabar,

P.M.B 1115, Calabar.

And dropped in the tenders box in the Registrar’s office.

 

(ii)    The documents will be opened by I2noon on the 27″ August. 2012 at the Council Chambers All companies submitting their pre-qualification documents are invited to the opening of the documents on the date, time and venue stated.

 

Note:

The submission of pre-qualification documents is not a guarantee for the award of contract only pre-qualified companies shall be invited to pick BID documents.

 

Dr. (Mrs.) Julia  D. Omang

Registrar

 

 

 

 

 

 

 

 

 

 

 

 

 

 

UNIVERSITY OF CALABAR

P.M.B 1115, Calabar, Cross River State

 

Invitation to Pre-qualify for the Execution of Tetfund (2008-2011) Merged Library Development Projects

 

 

Introduction

The University of Calabar intends to utilize its Tetfund (2008-2011) merged library development projects fund for procurement of assorted tertiary textbooks, reference materials library processing tools and furniture. To this end, the University invites interested and credible contractors with relevant experience and good records to pre-qualify for the under listed projects.

 

 

Scope of Work

 

S/NO

 

LOT NUMBER

 

DESCRIPTION OF SUPPLY

 

1 Lot 1 English and Literature Languages and Linguistics Philosophy and Religion

Economics

Radiology

Medical Books

 

2 Lot 2 Library Science

Theatre Arts

Reference Books

History and International Relations

 

3 Lot 3 Biology

Fisheries and Zoology

Genetics and Biotechnology

Microbiology

Agriculture

Environmental Science

 

4 Lot 4 Accounting

Management

Sociology

Tourism

Education

Law

 

5 Lot 5 Physics

Geology

Mathematics and Statistics

Biochemistry

Chemistry

6 Lot 6 4-in-1 Library Reading Table (30)

2-in-1 Library Reading Table (30)

Chairs for Library Reading Table (300)

 

7 Lot 7 Senior Execution Office Table (10)

Office Table (10)

Junior Executive Office Table (10)

High Back Swivel Executive Chair (10)

Junior Executive Officer Chair (20)

         

 

 

 

Pre-Qualification Requirements:

Interested companies should submit the under-listed pre-qualification documents for assessment:

1.       Evidence of incorporation with Corporate Affairs Commission (CAC).

2.       Evidence of recent annual returns of CAC.

3.       Evidence of current tax clearance for the past three years.

4.       Evidence of VAT certificate and VAT remittances to Federal Internal          Revenue Service.

5.       Names of bankers with references.

6.       Company profile with CV’s of key officers including photocopies of relevant professional/technical qualifications.

7.       Verifiable evidence of successful completion of similar works within the past three (3) years; attach copies of awards and certificate of completion.

8.       Evidence of financial capability and banking support.

9.       Submission of PENCOM’s certificate of compliance, confirming company’s fulfillment of its statutory obligations to employees with respect to pensions.

10.     Evidence of current audited accounts of the company for the past three years.

11.     Please state clearly your company’s full contact address, GSM Number and E-Mail Address for ease of communication.

12.     Sworn affidavit that no officer of the University of Calabar is a former or present director, shareholder or has any pecuniary interest in the bidder; and none of the Directors of the company seeking pre-qualification has been convicted of any criminal offence and the company is not under receivership. The affidavit is to also confirm the authenticity of information presented in the firm’s pre-qualification documents to be true in all particulars.

 

Submission:

(i)     Pre-qualification documents must be delivered in one bound copy in a sealed envelope marked, “Confidential Pre-qualification for UNICAL 2008-2011 Tetfund Library Development Projects” and the lot of interest clearly printed at the lop left corner of the envelope to be submitted on or before 27ln August. 2012. The sealed and clearly marked envelops as specified above should be addressed to:

 

The Registrar,

University of Calabar,

P.M.B 1115, Calabar.

And dropped in the tenders box in the Registrar’s office.

 

(ii)    The documents will be opened by I2noon on the 27″ August. 2012 at the Council Chambers All companies submitting their pre-qualification documents are invited to the opening of the documents on the date, time and venue stated.

 

Note:

The submission of pre-qualification documents is not a guarantee for the award of contract only pre-qualified companies shall be invited to pick BID documents.

 

Dr. (Mrs.) Julia  D. Omang

Registrar

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Invitation to Tender at Investments and Securities Tribunal

Investments and Securities Tribunal

Plot 823, Ralph Sodeinde Street, Central Business District Abuja

 

Invitation to Tender

 

1. Introduction:

In compliance with Public Procurement Act, 2007 for the procurement of goods, works and services in the public service of the federation, the Investments and Securities Tribunal hereby invites tenders from qualified contractors for the supply and installation of the following items under its 2012 capital vote:

 

2. Scope of work: Capital Vote 2012

 

 

S/N  ITEMS 
1 Purchase of Court Automation Equipment 
2 Provision of Library/Chamber Books & Equipment for Kano, Enugu and Lagos Zonal Offices
3 Legal, Capital Market and Pension Books/Publications and Library Furniture

 

 

3. Qualification Requirements

a.       Evidence of registration with Corporate Affairs Commission

b.       Comprehensive list of all Directors of the bidder’s company and key staff

c.       Financial Reports, Balance Sheets, Profit and Loss Statements, Auditor’s Report and Bank References with documents for the past 3 Years.

d.       Current Tax Clearance Certificate for three (3) years (2009, 2010, 2011).

e.       VAT registration certificates showing FIRS Tax Identification Number.

f.       A reference letter from bidder’s bank

g.       List and evidence of satisfactory similar supplies/jobs executed for government agencies or/and the private sector within the past 5 years, stating value, evidence of award and completion certificate.

h.       Evidence of compliance to Pension Reform Act (PRA), 2007 and remittances to PENCOM.

i.        Information on past 5 year’s litigation in which the bidder has been involved or in which the bidder is currently involved (IF ANY)

j.        Evidence of payment of non refundable tender fees.

k.       Evidence/link with manufacturers will be an added advantage.

l.        Evidence of well equipped service/repair workshop as well as spare parts availability where necessary.

m.      A sworn Affidavit that none of the Directors has been convicted in any court of any criminal offence.

n.       A sworn Affidavit that all information presented and attached are true and correct of the bidder and that no officer of the Investments and Securities Tribunal is a former or present Director, or has any pecuniary interest in the bidder.

 

4. Instructions to Bidders

a.       Prospective bidders are expected to collect bid documents upon payment of a non refundable tender fee of N 10,000.00 (Ten Thousand naira) only per lot in Bank draft payable to INVESTMENTS AND SECURITIES TRIBUNAL (1ST).

b.       Bidders are expected to respond to this advert, simultaneously with the TECHNICAL and FINANCIAL bids in separate envelopes clearly marked. However, only bids from companies which meet the qualification criteria will have their financial bids considered.

c.       All prices shall be quoted in Naira.

d.       All bidders shall bear all costs associated with the preparation and submission of their tenders; the Tribunal shall not be responsible for or be liable for these costs regardless of the conduct or outcome of the tendering process

e.       Any bidder or company which fails to submit the required documents will not be considered.

f.       All bids should be sealed and dropped in the tender box at the reception area on or before 20th September, 2012.

g.       Pursuant to (f), the deadline for submission of all tenders is 12 noon, 18th

September, 2012.

h.       ALL bids must be accompanied by a sworn affidavit from a Court of record detailing copies of submissions made by the bidder,

i.        The tender as well as all correspondence and documents relating to the Tender shall be written in English Language.

j.       The scaled envelope containing the documents should be marked with the appropriate LOT NO. at the top right hand corner and addressed to:

 

The Secretary,

Tenders Board,

Investments And Securities Tribunal,

Plot 823 Ralph Shodeinde Street,

Central Business District,

Abuja.

 

 

k.       Any bid submitted after the close of submission will be rejected.

L.      All qualified bidders are enjoined to be physically present or be represented by persons with the requisite authority at the Tribunal’s Head Office on 18lh September, 2012 for the opening of bids by 1 pm prompt.

m.      This Invitation to Tender shall not be-construed as a commitment on the part of Investments and Securities Tribunal (IST) to award any contract, nor shall it entitle the submitting firm to make any claims whatsoever and or seek any indemnity from 1ST by virtue of such firm having responded to this advert.

 

Management

 

Invitation for Bids (IFB) at Federal Ministry of Agriculture & Rural Development

Federal Ministry of Agriculture & Rural Development

FNG/IFAD Assisted-Rural Finance Institutions Building Programme (RUFIN)

3, Safana Close, off Zaria Street, Garki 11. Abuja

 

Invitation for Bids (IFB)

 

Country:                 Nigeria

 

Issuance Date:      August 03rd, 2012.

 

IFAD Loan No.:   699NG

 

ICB No:                  RUFIN/PROC/VEH-MC/ICB/01

 

Procurement of Vehicles and Motorcycles

1.       The Federal Government of Nigeria has received a loan from the International Fund for Agricultural Development (IFAD) towards the cost of FGN/IFAD-Rural Finance Institutions Building Programme (RUFIN) of the Federal Ministry of Agriculture and Rural Development (FMA&RD), Nigeria.

2.       The FGNVIFAD-Rural Finance Institutions Building Programme (RUFIN) Office intends to apply part of the proceeds of this loan to eligible payments under the contract for the Procurement of Vehicles and Motorcycles

3.       FGN/IFAD-Rural Finance Institutions Building Programme (RUFIN) now invites sealed

 

 

Lot

 

Items

 

Description

 

Qty.

Unit

Location

 

Delivery Period Bid Security

 

1 1 Double Cabin Pick-up

 

38 3 Safana Close off Zaria Street, Garki 1 1 , Abuja

 

60days Not less than three percent (3 %) of Bid Price

 

2 1 Motorcycle

 

99

 

3 Safana Close off Zaria Street, Garki 11 , Abuja

 

60days Not less than three percent (3 %) of Bid Price

 

 

 (Bidders may bid for any one or more lots and discounts offered for the award of combined lots will be considered in bid evaluation).

 

1        Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in the IFAD Guidelines: Procurement under the International Fund for Agricultural Development is open to all bidders from eligible source countries as defined in the Guidelines.

 

inspection of the bidding documents, interested eligible bidders should visit the close, off Zaria Street, Garki 11, Abuja   FCT, Nigeria between the hours of 9.00 am –

 

3. Qualification requirements include:

  • Evidence of Manufacturer Authorization
  • Audited Financial Statements of Account for the last three years
  • Verifiable evidence of similar jobs for the last three (3) years
  • Certificate of registration with the Corporate Affair Commission (CAC) or registration with appropriate regulatory agency in the foreign bidders country
  • Evidence of payment of due taxes, charges, pensions or insurance contributions.

 

4. A complete set of bidding documents in English Language may be purchased by interested bidders on the submission of a written application to the address given above and upon payment of a Non-Refundable fee of Twenty Thousand Naira (N20,000.00) or One Hundred and Twenty Dollar ($120) (for foreign bidders) paid in Cash.

 

5. Bids must be delivered to the FGN/IFAD-Rural Finance Institutions Building Programme (RUFIN) Office. 3 Safana Close, off Zaria Street, Garki 11, Abuja-FCT, Nigeria on or before 12.00 noon of September, 14th  2012. All bids must be accompanied by a Bid Security as mentioned in the table above or an equivalent amount in a freely convertible currency. Late bids will be rejected.

6. Bids will be opened in the presence of the bidders or their representatives who choose to attend:

Time:                   12.00 Noon (Local Time)

Date:            September 14th  2012

Venue:        FGN/IFAD-Rural Finance Institutions Building Programme Office.

 

No 3 Safana Close Off Zaria Street, Garki 11,

Abuja-FCT, Nigeria.

 

Signed

National Programme Coordinator

FGN/IFAD-Rural Finance Institutions Building Programme

Federal Ministry of Agriculture & Rural Development

FNG/IFAD Assisted-Rural Finance Institutions Building Programme (RUFIN)

3, Safana Close, off Zaria Street, Garki 11. Abuja

 

Invitation for Bids (IFB)

 

Country:                 Nigeria

 

Issuance Date:      August 03rd, 2012.

 

IFAD Loan No.:   699NG

 

ICB No:                  RUFIN/PROC/VEH-MC/ICB/01

 

Procurement of Vehicles and Motorcycles

1.       The Federal Government of Nigeria has received a loan from the International Fund for Agricultural Development (IFAD) towards the cost of FGN/IFAD-Rural Finance Institutions Building Programme (RUFIN) of the Federal Ministry of Agriculture and Rural Development (FMA&RD), Nigeria.

2.       The FGNVIFAD-Rural Finance Institutions Building Programme (RUFIN) Office intends to apply part of the proceeds of this loan to eligible payments under the contract for the Procurement of Vehicles and Motorcycles

3.       FGN/IFAD-Rural Finance Institutions Building Programme (RUFIN) now invites sealed

 

 

Lot

 

Items

 

Description

 

Qty.

Unit

Location

 

Delivery Period Bid Security

 

1 1 Double Cabin Pick-up

 

38 3 Safana Close off Zaria Street, Garki 1 1 , Abuja

 

60days Not less than three percent (3 %) of Bid Price

 

2 1 Motorcycle

 

99

 

3 Safana Close off Zaria Street, Garki 11 , Abuja

 

60days Not less than three percent (3 %) of Bid Price

 

 

 (Bidders may bid for any one or more lots and discounts offered for the award of combined lots will be considered in bid evaluation).

 

1        Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in the IFAD Guidelines: Procurement under the International Fund for Agricultural Development is open to all bidders from eligible source countries as defined in the Guidelines.

 

inspection of the bidding documents, interested eligible bidders should visit the close, off Zaria Street, Garki 11, Abuja   FCT, Nigeria between the hours of 9.00 am –

 

3. Qualification requirements include:

  • Evidence of Manufacturer Authorization
  • Audited Financial Statements of Account for the last three years
  • Verifiable evidence of similar jobs for the last three (3) years
  • Certificate of registration with the Corporate Affair Commission (CAC) or registration with appropriate regulatory agency in the foreign bidders country
  • Evidence of payment of due taxes, charges, pensions or insurance contributions.

 

4. A complete set of bidding documents in English Language may be purchased by interested bidders on the submission of a written application to the address given above and upon payment of a Non-Refundable fee of Twenty Thousand Naira (N20,000.00) or One Hundred and Twenty Dollar ($120) (for foreign bidders) paid in Cash.

 

5. Bids must be delivered to the FGN/IFAD-Rural Finance Institutions Building Programme (RUFIN) Office. 3 Safana Close, off Zaria Street, Garki 11, Abuja-FCT, Nigeria on or before 12.00 noon of September, 14th  2012. All bids must be accompanied by a Bid Security as mentioned in the table above or an equivalent amount in a freely convertible currency. Late bids will be rejected.

6. Bids will be opened in the presence of the bidders or their representatives who choose to attend:

Time:                   12.00 Noon (Local Time)

Date:            September 14th  2012

Venue:        FGN/IFAD-Rural Finance Institutions Building Programme Office.

 

No 3 Safana Close Off Zaria Street, Garki 11,

Abuja-FCT, Nigeria.

 

Signed

National Programme Coordinator

FGN/IFAD-Rural Finance Institutions Building Programme

Invitation for Pre-Qualification and Tender Exercise of Contractors for Various Projects in the University at Ekiti State University, Ado-Ekiti

Ekiti State University, Ado-Ekiti

PM.B. 5363, Ado-Ekiti, Nigeria

Website: www.eksu.edu.ng

 

Invitation for Pre-Qualification and Tender Exercise of Contractors for Various Projects in the University

 

1.0     Introduction

In line with the requirements for due process for award of contracts for capital projects, the Ekiti State University, Ado-Ekiti wishes to invite competent/qualified Contractors to pre-qualify and tender for:-

(1)     Construction of Tennis Court, Basket Ball Court and Supply of Table Tennis Board and Kits

(2)     Construction of Standard Football Pitch with 400 metres Cinder Track

(3)     Re- Roofing/Renovation of Faculty of Arts Building

(4)     Re-Roofing/Renovation of Faculty of Education Building

(5)     Re-Roofing/Renovation of Law Library Building

(6)     Re-Roofing /Renovation of the old Library Building

(7)     Water Supply Scheme in the University Campus

 

LOT A: i    Supply, laying of Pipes and Reticulation

ii    Distribution Net work for phases I and II

 

LOTB: Construction of 200,000 litres Overhead Steel Stage Tank for phase III

 

LOT C: i    Supply and laying of Main pipes for phase III

ii    Distribution network for phase III

 

2.0    Pre-Qualification Requirements

Interested Contractors are invited to submit the following documents:

i.        Evidence of Registration with the Corporate Affairs Commission

ii.      Evidence of Registration as Contractors with Ekiti State University, Ado-Ekiti.

iii.     Evidence from the Companies’ Bankers as to their financial capacity/capability to undertake the project.

iv.      Evidence of Tax Clearance Certificate for the last three years (State and Federal).

v.       Evidence of VAT payment.

vi.      Evidence of presence of Company in Ekiti State.

vii.     Evidence of qualified Technical and Professional Staff.

viii.    Evidence of acquisition of specialized equipment. (Provide receipts, pictures, etc.)

ix.      A comprehensive company profile to include verifiable key professional staff and evidence of execution of similar jobs. (Provide letter of award of Contract and Completion Certificate for each of the projects,)

x.      Documents are to be arranged and submitted itemized in i-ix above.

 

3.0     Verification of Claims

Interested Contractors must note that the Ekiti State University, Ado-Ekiti reserves the right to verify claims made in the pre-qualification documents submitted by them.

 

4.0     Pre-Qualification and Tender Fees

Contractors are to pay a non-refundable processing fee of N50,000,00 for the project. The fee should be paid in Bank draft and addressed to the Ekiti State University, Ado-Ekiti.

 

5.0     Submission of Documents

i.        The pre-qualification applications with all the required supporting documents should be neatly packaged, bound and forwarded in seated envelopes and marked at the top left corner The Ekiti State University, Ado-Ekiti Project:   Pre-qualification for the construction of: (i) Construction of Tennis Court, Basket Ball Court and Supply of Table Tennis Board (ii) Construction Standard Football Pitch with 400 metres Cinder Track (iii) Re- Roofing/Renovation of Faculty of Arts Building (iv) Re-Roofing/Renovation of Faculty of Education Building  (v)   Re-Roofing /Renovation  of Law Library Building. (vi) Re-Roofing/Renovation of part of old Library Building (vii) Water Supply Scheme in the University Campus. LOT A: Supply, laying of pipes and Reticulation LOT B: construction of 200,000 litres Overhead Steel Storage Tank.

 

ii.       The completed Tender documents collected from Physical Planning Department, Ekiti State University, Ado-Ekiti must be sealed in an envelope marked Tender document for the Supply and Installation of

 

(1)     Construction of Tennis Court, Basket Ball court and Supply of Table Tennis Board

(2)    Construction of Standard of Foot Ball Pitch with 400 metres Cinder Track

(3)     Re-Roofing/Renovation of Faculty of Arts Building

(4)     Re-Roofing/Renovation of Faculty of Education Building.

(5)     Re-Roofing /Renovation of Faculty of Law Library Building

(6)     Re-Roofing/Renovation of old Library Building

(7)     Water Supply Scheme in the University Campus. LOTA: Supply, laying of Pipes and Reticulation LOT B: Construction 200,000 litres Overhead Steel Storage Tank.

 

The companies submitting the Pre-qualification and Tender document should write the name and mobile phone number of a contact person at the bottom left corner the TWO envelopes. This will allow for prompt communication.

 

The Pre-qualification and Tender documents must reach the University on or before 13th Thursday September, 2012 by 10.00am.

 

Please note that:-

a.       The Pre-qualification and Tender papers will be opened on the Thursday 13th Sept, 2012 at 11.00 a.m. in the Senate Chamber of the University. All those who would have submitted their documents by the deadline are invited to the meeting for the opening of the Pre-qualification and Tender documents.

 

b.       Only the tender documents of Pre-qualified Contractors will be opened.

 

c.       The two parcels (Pre-qualification and Tender) should be addressed to;

 

The Registrar,

Ekiti State University, Ado-Ekiti,

P.M.B. 5363, Ado-Ekiti, Nigeria.

 

d.       It is emphasized that current registration with Corporate Affairs Commission, Abuja and Ekiti State University, Ado-Ekiti is compulsory and non -negotiable.

 

e.       Contractors are expected to adhere strictly to All instructions as non-compliance may constitute a ground for disqualification.

 

OMOJOLA AWOSUSI, Ph.D.

Registrar