Invitation for Pre-Qualification of Consultants and Contractors at Federal Polytechnic, Offa

Federal Polytechnic Offa

P.M.B 420, Offa, Kwara State

 

Invitation for Pre-Qualification of Consultants and Contractors

 

Introduction

The Federal Polytechnic Offa invites interested, reputable and established competent Consortium of Consultants and Contractors to submit pre-qualification documents to express interest for the underlisted projects.

 

Proposed Projects

Lot A – Construction of Chief Lecturers’ Offices

Lot B – Construction of Classroom Block

Lot C – Construction of Female Hostel

Lot D – Construction of Lecture Hall and Auditorium

 

A.      Consortium of Consultants in:

 

i.        Architecture;

ii.       Quantity Surveying;

iii.      Civil Engineering;

iv.      Structural Engineering;

v.       Electrical and Mechanical Engineering;

 

Scope of Work

The scope of work includes preparation of detailed/full drawings including all necessary tests preparation of tender/contract documents and supervision. The Consortium is also expected to provide other services that will facilitate the execution of the projects.

 

B.      The Contractors

General construction and execution of given projects to specification of high quality and within completion period.

 

C.      Pre-qualification Requirements

Interested and competent consortium of consultants and contractors wishing to be pre-qualified for consultancy or contracts must submit the following:

 

a.       Evidence of Company Registration with the Corporate Affairs Commission;

b.       Evidence of Compliance with the provisions of the Pensions Reform Act 2004;

c.       Evidence of Registration with relevant professional bodies (Consultants Only)

d.       Company Audited Account for the last three (3) years;

e.       Comprehensive Company Profile including names and resume of key staff with genuine reachable addresses and phone numbers (enclose photocopies of credentials);

f.       Evidence of technological capability, equipment and experience in similar projects/activities as well as experiences/technical qualification of key personnel;

g.       Evidence of tax clearance for the last three (3) years;

h.       Evidence of VAT registration and past remittance;

i.        Evidence of financial capability with Bank Reference; and

j.        Any other information to prove the Consultants corporate and technical expertise and capabilities.

 

Original documents should be available for sighting on demand during or after the opening of pre-qualification documents

 

The completed pre-qualification documents must be in sealed envelopes. The type of consultancy or contract must be written on the top left corner of the envelop; e.g. “Consultancy: Classroom Block” or “Contract: Female Hostel” etc

 

Pre-qualification documents should be addressed to:

 

Registrar,

The Federal Polytechnic,

P.M.B.420,

Offa, Kwara State.

 

Pre-qualification documents are to be submitted at the Office of the Registrar of the Polytechnic on or before Monday, 6th August 2012, by 11:00 am. The bid opening shall take place at 12 noon on the same August 6th, 2012 at the Polytechnic Boardroom.

 

Signed

ALH.A.O. RAJI

Registrar

 

Pre-Qualification of Contractors for Construction of HV Transmission Lines at Transmission Company of Nigeria (TCN)

Transmission Company of Nigeria (TCN)

Pre-Qualification of Contractors for Construction of HV Transmission Lines

 

 

Introduction

The transmission company of Nigeria (TCN) intends to execute the following ne high voltage transmission line projects:

 

LOT 2012-1:        Construction of Onitsha-Oba-Nnewi-ldeato-Okigwe 132kv D/C transmission line.

 

LOT 2012-2:        Construction of New Abeokuta-Igboora-Lanlate 132kv D/C transmission line and 132kv D/C Tee-off- at Igboora-lgangan.

 a.  The exercise is for general pre-qualification for the two projects advertised. Applicants are therefore advised not to submit proposals based on specific projects.

b. The projects so advertised were tendered for during the TCN Year 2010 tendering exercise but the exercise was aborted.

 c.  All pre-qualified companies that submitted financial bids for the two projects in the Year 2010 are automatically qualified to bid for the projects this year. Such companies do not need to participate in this pre-qualification exercise but shall be selected from this pre-qualification exercise. Such companies may choose to signify in writing their desire to participate in the financial bidding. 


Pre-Qualification Pre-Requisite

To pre-qualify, Engineering, Procurement & Construction (EPC), companies are required to provide the following

 

  1. A copy of certificate of incorporation in Nigeria (Form CO7 must be attached) or overseas.
  2. Company Profile including
  • Populated organizational structure and key professional staff with relevant experience on high voltage power lines.
  • Availability of requisite and appropriate skills among key staff and persons to be engage in the project
  • Record of Quality Assurance/Quality Management system to be implemented
  • Names of company MD/CEO and Directors, (supported with Form CO2) their individual addresses, phone numbers and curriculum vitae should also be attached.

 

(3) Evidence of:

Having successfully completed at least one (1) similar project IN NIGERIA within the last seven (7) years; or

Having two (2) or more similar on-going projects IN NIGERIA not less than 70% completed.

Final Taking over Certificate of Performance from Clients including names, evidence of payment for such projects, addresses, e-mails and phone numbers of contact persons on each project must be attached.

4.  Evidence of local content plan, training plan for local engineers including evidence of indigenous staff involvement in jobs done in Nigeria and company’s facilities in Nigeria for execution of services.

5.  Any other relevant information which may assist in enhancing the profile of the applicant.

 

Certified Audited Account and Tax Clearance

At applicants MUST submit Certified Audited Accounts of their companies along with the corresponding three (3) years Tax Clearance Certificates which shall be verified and the original sighted on demand.

 

 

Important Information

  1. TCN will verify claims by companies, including office location and equipment Interested bidders are, therefore, advised to include in their submissions necessary information, authority and guarantee for such verification.
  2. Only Technically pre-qualified contractors will be invited to submit financial proposals.
  3. Contractors presently engaged in either TCN, PMCN. PMU or NIPP projects can also apply but should note that any contractor currently executing more than one project not up to 7% complete should not apply Certified progress reports from the client(s) shall be required as evidence.
  4. Where a company is a Joint Venture (JV). the lead partner shall be the more technically experienced member (having higher magnitude of works and services) with higher financial standing. Evidence of these must be clearly indicated. The responsibilities of each partner shall be clearly defined in the JV agreement which shall not change during the project execute period. The JV agreement must be signed by the Chief Executives of the JV and witnessed by a Notary Public. Each member company must be severally and jointly liable under the JV agreement which must be attached. The lead partner shall provide all Advanced Payment Guarantees (APGs) and Performance Bonds for payments for the Contract
  5. A firm can be partner in only ONE JV or Consortium. Bids submitted for the same lot by JVs or Consortia sharing the same firm(s) as partner(s) shall be rejected.
  6. Any Contractor engaged in TCN, PHCN, or NIPP project whose performance is unsatisfactory will not be pre-qualified.
  7. Companies known to be consultants or partners to consultants with TCN, PHCN, PMU and NIPP need not apply as EPC contractors under this pre-qualification exercise
  8. Companies with litigation history/petitions with either TCN, PHCN, PMU or NIPP will be pre-qualified.
  9. No EPC contractor can win more than one (1) Lot.
  10. Companies with substantial manufacturing capacity will be given higher consideration
  11. In the case of joint ventures, final agreements will be signed by both partners.
  12. A local partner who has participated in a JV with active involvement in two or more successfully completed projects at a similar voltage level is qualified to stand alone as a bidder.
  13. For companies sharing the same Board of Directors, or Chairman, ONLY ONE of such companies is eligible to participate in this pre-qualification exercise.
  14. Prospective EPC Companies whose major equipment will come from countries that will deny TCN Engineers, who are first time overseas travelers visas need not apply.

 

Collection of Pre-Qualification Document/Technical Data Schedule.

  • The prequalification document is free.
  • EPC contractors are requested to indicated their interested by requesting for the “PRE-QUALIFICATION DOCUMENT/TECHNICAL DATA SCHEDULE” from the office of:

 

General Manager (Procurement) TCN

Room 522, 5th Floor, PHCN Headquarter,

Plot 441. Zambezi Crescent,

Maitama, Abuja

 

Submission of Documents

One Original and a soft copy of the proposal are to be submitted. The name and mailing address of the Applicant Companies or Joint ventures shall be clearly marked on the envelope(s) bearing the submissions. All the information requested for Pre-qualification shall be provided in English Language by all applicants.

 

Failure to provide information/supporting document that is essential for the evaluation of the applicant’s qualifications, or to provide timely clarification or substantiation of the information supplied, may result in disqualification of the Applicant.

 

Completed pre-qualification documents should be submitted in sealed Envelopes and clearly marked “Application for Pre-Qualification for 2012 Transmission Design & Construction Projects” delivered by hand or registered mail to reach

General Manager (Procurement) TCN

Room 522, 5th floor, PHCN Headquarter,

Plot 441, Zambezi Crescent,

Maitama, Abuja,

 

Tel: +2346023044652

 

NOT Later than 5.00pm. on Monday, 13th August 2012

 

Opening of Applications will be at 10.am, Wednesday, 15th August 2012 in the Auditorium, 2nd Floor, PHCN Headquarters, Plot 441, Zambezi Crescent, Maitama, Abuja, Nigeria.

 

For further information and/or clarification, please contact the following e-mail addresses:

mikemezue@yahoo.com

denislyd1@yahoo.c.uk

atonack@yahoo.co.uk

 

 

Signed                  

Management

Transmission Company of Nigeria

                                                                      

 

Invitation for Pre-Qualification at Federal Neuropsychiatric Hospital, Calabar

Federal Neuropsychiatric Hospital, Calabar

P.M.B 1052, 123, Calabar Road, Calabar

 

Invitation for Pre-Qualification

 

Introduction:

The Federal Neuropsychiatric Hospital, Calabar is inviting competent and reputable contractors/companies to submit pre-qualification documents as pre-requisite to tender for jobs in the Hospital.

 

  • Rehabilitation and Renovation of Buildings
  • Supply of Medical Equipment
  • Supply of Vehicles

 

Pre-Qualification Requirements

Application for pre-qualification should be accompanied with the following:

(1)       Evidence of registration with Corporate Affairs Commission

(2)       Tax Clearance Certificate for the last three years (2009-2011).

(3)       Evidence of previous experience on similar job(s).

(4)       Detailed Company Profile.

(5)       Letter from the Company’s Bankers indicating the financial capacity of the company to undertake the job, if awarded,

(6)       Evidence of VAT registration

(7)       Evidence of payment of a non-refundable fee of Thirty Thousand Naira (N30, 000.00) only.

 

Failure to submit any of the listed documents will result in disqualification.

 

Submission of Pre-Qualification Documents

The Pre-qualification documents should be sealed in four (4) envelopes marked on the left hand corner “CONFIDENTIAL’ for the job, and addressed to:

 

The Medical Director

Federal Neuropsychiatric Hospital

P.M.B. 1052, Calabar

 

Your submission should reach the Medical Director on or before 23rd July, 2012

 

N/B:    You are please to note that, this is not an invitation to tender. Tenders that have been pre-qualified and found capable of executing the work will be requested to collect full tender documents from the office of the Medical Director. The Hospital reserves the right to reject any or all pre-qualification documents.

 

Signed:

Medical Director

Invitation for Tender at Centre for Black and African Arts and Civilization (CBAAC)

Centre for Black and African Arts and Civilization (CBAAC)

 

Invitation for Tender

 

The Centre for Black and African Arts and Civilization desires to undertake an advertisement exercise for its only outstanding capital projects for 2012 fiscal year.

The Centre therefore invites reputable and interested contractors/ bidders to apply for tender in respect of the following projects:

 

i.          Equipment for Preserving Black and African Arts and Treasure, Culture and Transparencies

ii.         Augmentation of the Centre’s Collections (Artworks, Artifacts and Archival Materials)

iii.        Purchase of Books, Journals and Periodicals

iv.        Hall of Fame: Equipping and Documentation of Honorees

v.         Restoration and Rehabilitation of CB AAC Museum

vi.        Equipping and Upgrading of CBAAC Studio

vii.       Establishment of Outreach Centres in Lafia and Sokoto

viii.      Building of Igbo-Ukwu Outreach Centre Office

 

Scope of Work

The scope of work is outlined in the Tender documents on which the offer is detailed in the procurement list sourced by the Centre’s Tenders Board.

 

Tender Requirements:

To qualify for consideration, Applicants are required to submit the documents stated hereinafter. Failure to submit any of the under listed documents may lead to the disqualification of the Applicant:

 

i.          Full details of Company’s Profile

ii.         Evidence of Registration with Corporate Affairs Commission (CAC).

iii.        Evidence for Tax Clearance Certificate for the last three (3) years,

iv.        Evidence of Value Added Tax and Withhold Tax Registration and Remittances,

v.         Evidence of similar projects successfully executed with their locations (copies of letters of award to be attached),

vi.        Evidence of financial capacity and Bank Guarantee from a reputable Bank

vii.       Organizational Structure, available manpower with a list of technical staff with their resumes,

viii.      Company’s financial details and certified audited accounts for the last three (3) years (2009, 2010 and 2011)

 

Additional Information:

i)          Interested contractors are expected to submit their Tenders separately for each of the jobs independent of the other.

ii)         Notwithstanding the sub mission of Tender data, the Centre for Black and African Arts and Civilization is neither committed nor obligated to include your company or any bid list or award any form of contract to your company and or agent.

iii)        The advertisement shall not be considered as commitment on the part of the Centre for Black and African Arts and Civilization, nor shall it entitle potential companies to make any claims whatsoever and/or seek any indemnity from the Centre for Black and African Arts and Civilization by virtue of such company having responded to the advertisement

 

iv.        The Centre for Black and African Arts and Civilization reserves the right to make available the Tender documents to qualified Bidders only.

 

All Tender documents must be sealed, enveloped and clearly marked “TENDER” and addressed to The Director-General, Centre for Black and African Arts and Civilization, No. 36/38 Broad Street, Lagos on or before 23rd July, 2012.

 

Director-General

Invitation for Pre-Qualification for 2012 Capital Projects at University of Jos

University of Jos

Invitation for Pre-Qualification for 2012 Capital Projects

 

The University of Jos intends to execute the under-listed projects:

 

Project 1         Completion of the construction of Faculty of Education Block 19

Project 2         Completion of Furnishing and Gas piping of Laboratory to the Faculty of Education Block 9

Project 3         Completion of the construction of Lecture Theatre Units B1 and C1

Project 4         Construction of Perimeter Fence Wall

Project 5         Furnishing of Lecture Theatre Units Bl and Cl

Project 6         General Road Rehabilitation at Bauchi Road Senior Staff Quarters Rd.12

Project 7         Procurement and Installation of Teaching and Research Equipment

 

The University is therefore, inviting reputable contractors with proven competence and experience for Pre-qualification. Interested contractors are requested to submit pre-qualification documents as follows:

 

Mandatory Requirements

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

2.         Company’s tax clearance certificate for the preceding three (3) years i.e. 2009-2011.

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

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

 

Other Requirements

(i)         Evidence of financial capability to execute the project, Bank reference and a commitment to provide loan facility for the execution of the contract if won.

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

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

 

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

(v)        List of equipment owned or to be leased by the company for the execution of the project showing evidence of ownership.

(vi)     VAT registration with evidence of remittances in the last three (3) years,

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

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

 

Please come along with original copies of Documents for sighting on the day of opening documents. All claims are subject to verification. Please note that any false claims shall be ground for disqualification.

 

Collect of Pre-Qualification Documents

The pre-qualification documents is to be collected in the office of the Director, Directorate of Physical Facilities, University of Jos, Naraguta Campus (Permanent site) on payment in the  Bursary Department of a non-refundable processing fee of thirty five thousand Naira (N35,000.00) only.

 

Submission of Pre-qualification Documents

The pre-qualification documents shall be spiral bound, packed in an envelope and clearly marked “Pre-qualification for Project-Project No. Lot No” at the top left hand corner of the envelope.

The name, address of the company and telephone number should also be clearly written on the reversed side of the envelope

All documents are to be addressed to the Registrar, University of Jos and submitted in the Tender box provided in Room 94 of the Registrar’s Office, Administrative Building, University of Jos, Bauchi Road Campus on or before Thursday 19th July, 2012.

 

Opening of Pre-qualification Documents

The pre-qualification document will be opened on Thursday, July 19th 2012 at 10.00am in the Senate Chambers, University of Jos, Bauchi Road Campus.

 

Contractors are to attend the meeting for the opening of the pre-qualification documents. The list of successful pre-qualified companies will be displayed on the University notice-boards at the Administrative Building and Directorate of Physical Facilities. Only pre-qualified contractors shall be invited to tender for the projects accordingly.

 

Please Note:

(i)         A submission of the pre-qualification documents to the University of Jos is neither a commitment nor an obligation to award contract to any contractor or his or her agent.

(ii)        All claims are subject to verification. Please take note that any false claim shall be a ground for disqualification.

(iii)       The University of Jos reserves the right to reject any or all documents submitted at any time prior to tendering or acceptance.

(iv)       The University of Jos reserves the right to cancel the procurement proceedings at any stage in the public interest without incurring any liability to any firm.

 

Signed

Jilli-Dandam D.Esq

Registrar.