Advertisement for Pre-Qualification of Contractors/ Suppliers at Federal University Wukari

Federal University Wukari

Katsina – Ala Road, P.M.B. 1020, Wukari Taraba State

Office of the Registrar

 

 

Advertisement for Pre-Qualification of Contractors/ Suppliers

 

  1. The Federal University Wukari in its effort to implement its Approved Federal Capital Projects Allocation/TETFUND Allocation for the year 2012, hereby invites interested and reputable Contractors to submit Tenders for the purpose of Pre-qualification exercise as follows:-

 

 

S/No. Lot No. Description of Projects
1. Lot la. Construction of Gate House
2. Lot 1b. Construction of Perimeter Fence
3. Lot 1c. Construction and Installation of Solar Street light
4. Lot 2. Construction of Roads & Parking Lots
5. Lot 3 Construction of Lecture Hall
6. Lot 4 Completion of 2- Bedroom Bungalows
7. Lot 5 Landscaping of Built- Up Areas
8. Lot 6 Supply and Installation of Medical Clinic Equipment
9. Lot 7 Supply and Installation of Cafeteria Equipment
10. Lot 8 Supply and Installation of ICT Equipment & Networking
11. Lot 9 Supply of Library Books & Equipment
12. Lot 10 Supply and Installation of Furniture
13. Lot 11

 

Construction of Sport Ground & Supply of Sport Equipment.
14. Lot 12 Supply and Installation of 350 KVA Generator
15. Lot 13

 

Supply and installation of Laboratory Equipment & Consumables
16. Lot 14 Supply of Maintenance Equipment
17. Lot 15 Supply of Project Vehicle

 

  1. 2.     Pre-Qualification Criteria

Interested Contractors/Suppliers are invited to submit the following documents; viz

  1. Evidence of incorporation of company with Corporate Affairs Commission.
  2. Company Audited Account for the last three (3) years.
  3. Evidence of Current Tax Clearance Certificate.
  4. Provision of Tax Identification Number (TIN) by Contractor.
  5. Evidence of compliance with Pension Reform Act.
  6. Evidence of Financial capability and banking support.
  7. Evidence of similar and verifiable projects executed not just awarded within the last three (3) years and knowledge of the Industry.
  8. Company’s Annual turnover.
  9. Evidence of VAT registration.
  10. Comprehensive Company profile and organizational structure.
  11. Evidence of availability of necessary equipment.
  12. Evidence of technical capacity.
  13. Evidence of Experience / Technical qualification and experience of key personnel to be deployed on the project.
  14. Sworn Affidavit attesting to the authenticity of information provided and that such information is true in every respect and that the company is not       in receivership and none of its Directors has ever been convicted of fraudulent activity.
  15. Evidence of Payment of Processing fee of N25,000,00 to the University

 

 

Verification of Claims:

Please note that Federal University Wukari reserves the right to verify claims made in the Pre-qualification documents submitted by interested contractors/Suppliers.

 

 

4. Submission of Pre-Qualification Tender

All Tender documents to be submitted must be in sealed envelopes and marked at the top-right hand corner of the envelope “PRE-QUALIFICATION FOR (Project Name/Lot No)” and Addressed to:

The Registrar, Federal University Wukari,

Katsina – Ala Road

P.M.B. 1020 Wukari, Taraba State

 

 

5.       The submission of this Tender will close 16th July, and shall be opened on same date by 2.00 pm at the University Campus in the presence of all interested bidders or their representatives.

6.       Tenderers that are interested in more than one project must apply separately for each LOT of the projects

7.       Succesful bidders shall be notified to collect the appropriate Tender Documents for the commercial/financial bidding.

8.       The University shall not enter into correspondence with any unsuccessful bidder.

 

Signed:

L A. Jalingo

Registrar Federal University Wukari, Taraba State

 

Request for Expression of Interest (EOI) From Interested Consultancy Firms for Consultancy Services for the Feasibility Studies and Production of Reliable Data for Renewable Energy (Solar, Wind in Coastal Areas Biomass and Energy Efficiency (Energy Audit) Projects in Different Locations Nationwide at Federal Ministry of Power

Federal Republic of Nigeria

Federal Ministry of Power

 

Request for Expression of Interest (EOI) From Interested Consultancy Firms for Consultancy Services for the Feasibility Studies and Production of Reliable Data for Renewable Energy (Solar, Wind in Coastal Areas   Biomass and Energy Efficiency (Energy Audit) Projects in Different Locations Nationwide

 

 

1.0     Background

1.1     The Federal Government of Nigeria through the Federal Ministry of Power is desirous of improving power     supply     in    the    country     through     the diversification    of   sources   of   electricity    supply. Accordingly, the Federal Ministry of Power requests for Expression of Interest (EOI) that will lead to short ­listing of eligible Consulting Firms for the feasibility studies on the utilization of renewable energy for power generation in different locations nationwide.

 

2.0     Scope of Work

2.1     The consultancy Services will cover Feasibility Studies and production of reliable data suitable for power generation in different locations using the specific resources in the following areas:

 

Lot A – Wind in Coastal Areas

Lot B          – Solar Energy

Lot C – Biomass Solid Waste/Agricultural Waste

Lot D – Energy Efficiency (Energy Audit)

 

2.2     The various work streams entailed in these consultancies   will   be   elaborated   in   the   various Request For Proposals (RFPs) that will contain the Terms of Reference for the assignments.

 

3.0     Pre-Qualification Requirements for    Submission of Expression of Interest

 

3.1     The requirements for pre-qualification for the Expression    of   Interest   (EOI)   from   prospective consulting firms are as follows:-

 

  1. Company   Profile   with   copy   of  Article   of Association and CAC Form C07
  2. Company Registration with professional bodies particularly COREN or its equivalent
  3. Curriculum Vitae of individual staff who will be assigned to the required services including qualification, individual experience in handling assignments and attestation available
  4. Financial Capacity of the firm and Evidence of Tax Clearance Certificate for 2009, 2010, 2011
  5. Evidence of experience in at least three (3) Similar Projects executed within the last five (5) years with verifiable letters of contract award,
  6. submission of three (3) years Audited Accounts for 2009, 2010, 2011
  7. Evidence   of   Employees   Open   Retirement Savings Account (RSA) with a Pension Fund Administrator (PFA) of choice
  8. Evidence of Remittance of both Employer and Employee Pension Contribution to the appropriate Pension Fund Custodian.

 

 

3.2     Firms will be selected in accordance with the procedures set out in the BPP Standard Request for Proposal (RFP) for the selection of Consultancy Firms (Complex Lump Sum) January 2008.

 

 

4.0     Submission of Proposal

4.1     The Expression of Interest (EOI) must be submitted in six (6) copies including one original in a sealed   envelope   clearly   marked   “Expression   of Interest FOR ANY OF THE LOTS” at the top right hand corner and addressed to:

 

The Secretary

Ministerial Tenders Board (MTB)

Federal Ministry of Power

Federal Secretariat Complex

Room 347, Phase 1, Annex III,

Abuja, FCT

 

to be delivered by hand on or before 12.00pm on Monday 9th July , 2012.  Delivery through Courier will NOT be accepted.

 

5.0     Further Information

i.        Only pre-qualified consultancy firms will be invited to collect the respective Request for Proposal (RFP) for each project lot.

ii.       No firm will be allowed to bid for more than two locations in one Lot

iii.      Interested firms may obtain further information from the address below:

 

Director (EIS)

Federal Minister of Power

Federal Secretariat Complex

Room 5B 330, Phase 1, Annex III,

Abuja, FCT

 

Signed:

Dr (Mrs) Dere Awosika, MFR, Mni

Permanent Secretary

General Procurement Notice (GPN) at Federal Ministry of Power

Federal Republic of Nigeria

Federal Ministry of Power

 

General Procurement Notice (GPN)

 

 

The Federal Ministry of Power wishes to bring to the notice of     interested, competent and reputable Contractors/Suppliers that the Ministry would carry out procurement of the under listed goods and services to be funded from the 2012 Financial Year Budget:

a)       Office Equipment and Materials.

b)      Maintenance and Repairs of Field Test Equipment.

c)       Procurement    of   Press    and    Public    Relations Equipment.

d)      Procurement of ICT Equipment and Materials.

e)      Supply of Library Books and Periodicals.

f)       Maintenance and Renovation of Office Building.

g)       Supply   and   Installation   of   Security   and   Safety

Equipment.

h)       Printing of Office Documents and Materials.

i)       Supply of Motor Spare Parts.

j)       Supply of Electrical Materials and Parts.

k)      Consultancy Services for Preparation of RFP/Bid

Evaluation.

 

 

2.         Requirements

i.        Certificate of Incorporation/Business Registration.

ii.       Current Tax Clearance Certification for the last three (3) years.

iii.      Value Added Tax Registration Certificate.

iv.      Verification evidence of previous experience in area of interest.

v.       Company Profile.

 

 

3.        Submission of Documents

All Contractors/Suppliers are expected to submit relevant documents in a sealed envelope, on or before Monday, 9th July, 2012 clearly indicating area of Interest and addressed to:

 

The Secretary

Ministerial Tenders Board (MTB)

Federal Ministry of Power,

Federal Secretariat Complex,

Phase I, Annex III, 3rd Floor, Room 347,

Abuja.

 

 

4.        Note

i.        This Notice is not an invitation to bid.

ii.       Only the Contractors/Suppliers adjudged technically responsive will be considered for competitive tender.

iii.      The     adjudged   technically responsive Contractors/Suppliers shall be invited to purchase Bid Document at a stipulated amount.

iv.      The Ministry will not enter into any correspondence with any unsuccessful bidder.

v.        Interested Suppliers/Contractors are advised to visit the Ministry’s Notice Board for Specific Procurement Notices for minor value procurement while Specific Procurement Notices will be in place in the media for major procurement.

 

Signed:

Dr. (Mrs) Dere Awosika, MFR, Mni

Permanent Secretary

Request for Expression of Interest (EOI) From Interested Consultancy Firms for Consultancy Services for Environmental Impact Assessment (EIA) For Selected Power Projects at Federal Ministry of Power

Federal Republic of Nigeria

Federal Ministry of Power

 

Request for Expression of Interest (EOI) From Interested Consultancy Firms for Consultancy Services for Environmental Impact Assessment (EIA) For Selected Power Projects

 

 

1.0     Background

1.1     The Federal Government of Nigeria, through the   Federal   Ministry   of  Power,   is  desirous  of improving power supply in the country through the diversification   of   sources   of   electricity   supply. Accordingly, the Federal Ministry of Power request for Expressions of Interest (EOIs) that will lead to short-listing of eligible Consulting Firms to carryout Environmental Impact Assessment on the following projects.

 

LOT 1         215MW LPFO-Fired Power Plant in Kaduna

LOT 2         10MW Wind Farm in Katsina

LOT 3         Coal -Fired Power Plant in Enugu Axis

LOT 4         Coal – Fired Power Plant in Gombe Axis.

 

1.2     The various work streams entailed in these consultancies would be elaborated in the various Request For Proposals (RFPs) that will contain the Terms of Reference for the assignments.

 

 

1.2     The various work streams entailed in these consultancies would be elaborated in the various Request for Proposals (RFPs) that will contain the Terms of Reference for the assignments.

 

2.0     Pre-Qualification      Requirements For    Submission      Of    Expression      Of Interest

2.1     The requirements for pre-qualification for the Expression of Interest (EOI) from prospective consulting firms are as follows:-

i.        Company   Profile   with   Copy  of Article    of Association and CAC Form C07

ii.       Evidence   of   Firms   accreditation   with   the FME/NESREA

iii.      Evidence     of   ownership     or   access    to Laboratory accredited by               FME/NESREA

iv.      Curriculum Vitae of individual staff who will be assigned to the required services including qualification, individual experience  in handling     assignments     and    attestation available

v.       Financial Capacity Profile of the firm and Evidence of Tax Clearance Certificate for 2O09, 2010, 2011

v.       Evidence of experience in at least three similar Projects executed within the last five (5) years with verifiable letters of contract award.

vii.     Submission    of   three   (3)   years   Audited Accounts for 2009, 2010, 2011

viii.    Evidence of Employees Open Retirement Savings Account (RSA) with a Pension Fund Administrator (PFA) of choice

ix.      Evidence of Remittance of both Employer and Employee    Pension    Contribution     to    the appropriate Pension Fund Custodian.

 

 

2.2     Firms will be selected in accordance with the procedures set out in the BPP Standard Request for Proposal (RFP) for the selection of Consultancy Firms (Complex Lump Sum) January 2008.

 

3.0     Submission of Proposal

3.1     The Expression of Interest (EOI) must be submitted in six (6) copies including one original in a sealed envelope clearly marked “Expression of Interest FOR ANY OF THE LOTS”   at the top right hand corner and addressed to:

 

The Secretary

Ministerial Tenders Board (MTB)

Federal Ministry of Power

Federal Secretariat Complex

Room 347, Phase 1, Annex III,

Abuja, FCT.

 

 

to be delivered by hand on or before 12.00pm on 9th July , 2012.

Delivery through Courier will NOT be accepted.

 

 

4.0     Further Information

I.       Only pre-qualified consultancy firms will be invited to collect the respective Request for Proposal (RFP) for each project lot.

II.      No firm will be allowed to bid for more than one lot.

III.     Interested      firms     may    obtain     further information from the address below:

 

Director (Power)

Federal Minister of Power

Federal Secretariat Complex

Abuja, FCT.

 

 

Signed:

Dr (Mrs) Dere Awosika, MFR, Mni

Permanent Secretary

Invitation to Pre-Qualification and Tender for Tetfund Special Intervention Projects at Ahmadu Bello University, Zaria

Ahmadu Bello University, Zaria

(Office of the Registrar and Secretary to Council)

 

Invitation to Pre-Qualification and Tender for Tetfund Special Intervention Projects in Ahmadu Bello University, Zaria.

 

 

  1. The Management of Ahmadu Bello University, Zaria hereby invites reputable and competent Contractors Suppliers to apply for Pre-Qualification and Tender in respect of the following year 2009 ETF special intervention projects:

 

Lot B4:       Construction and Furnishing of 1000 Capacity Multi-Purpose Theatre.

Lot B1:       Construction and Furnishing of Veterinary Teaching Hospital Complex, Tuberculosis Laboratory, Academic Staff Offices and Classrooms.

Lot C4:       Supply of Furniture and Equipment for Proposed Classrooms and Offices for Department of Quantity Surveying.

Lot C10:     Supply of Furniture and Computer Soft/Hardware for Proposed Computer Aided Design Studio for Faculty of Environmental

Design

Lot C5:       Supply of Furniture and Equipment for Proposed Classrooms, Laboratories   and   Offices   for   Department   of  Geomatic

Engineering

Lot C3:       Procurement of Laboratory Equipment for Veterinary Teaching Hospital

Lot C8:       Procurement of Laboratory Equipment for Department of Chemistry

Lot C9:           Procurement of ICT Equipment for lya Abubakar Computer Centreand Department of Mathematics

 

 

2. Technical Bid:

The pre-qualification documents should include:-

a.     Evidence  of Incorporation/Registration  with  Corperate Affairs Commission (CAC).
b.    Company Current Tax Clearance Certificate for the last three (3) years (2009-2011).
c.      Company Audited Account for the last three years (2009-2011) annual turn-over.
d.    VAT registration and evidence of remittances in the last three years (2009-2011) to be attached.
e.      Evidence of Financial capability to execute the project. Bank reference and a letter of credit facility from a reputable Commercial Bank with a commitment to provide loan facility for the execution of the contract if eventually won.
f.      List of similar, verifiable and successfully executed projects or ongoing by the Company with letters of award and completion certificates, in the last four years 2008-2011 only. Letters of award and interim certificates of payment should be attached for projects that are ongoing.
g.     List of Managerial, key Technical and Administrative Start of the Company which should include names, curriculum vitae and copies of certificates for each key staff.
h.    List of Equipment owned or on lease hold by the company relevant for smooth execution of the project. Evidence of ownership and pictures with company Logo is an added advantage.
i.       Evidence of remittance of pension contribution fund for staff of the company from reputable Pension Funds Administrators (PFA) as provided in section 16, subsection 6(d) of the Public Procurement Act, 2007.
j.       Evidence  of compliance  with  the  provisions of the  Industrial Training Fund amendment act as stipulated in section 6 (1 )-(3)
k.    Evidence of community social responsibility (if any)
l.       Original documents should be available for sighting on demand during or after the opening of prequalification documents

3.     Tender documents which are available at the University’s Estate Department   will   be   issued   to   each   Contractor/Supplier   upon  presentation of a payment receipt after making the required payment of the non-refundable fee to the Ahmadu Bello University, Main Campus Cash Office for this exercise as follows:

(i)                N40,000.00 (Forth Thousand Naira Only) as Tender fee for Lot “B4”,  Lot “B1” and N 30,000.00 (Thirty Thousand Naira Only) for Lots C4,C10,C5,C3,C8 and C9.

Pls. Note

 in view of the Above, all contractors who has made payments of N200,000.00 and N100,00 for LOTS B4 and Lots B1 respectively will have their balance refunded upon presentation of the payment receipt 

(ii)             Pre-qualification Documents attracts no fee.

 

 

4.       Submission   of   Pre-Qualification/Tender Documents

The pre-qualification and tender documents should be bounded separately.

 

Pre-qualification documents should be bounded in wax-sealed envelope with “Pre-qualification as Contractor” written at the top left hand corner and Lot interested in clearly indicated.

 

Tender documents should also be bounded in wax-sealed envelope with Lot and title of project written at the top left hand corner. Photocopy of the payment receipt should be enclosed

 

All documents should be addressed to The Registrar Ahmadu Bello University Zaria and should be hand-delivered not later than 12 noon 30th July 2012 to:

The Registrar,

7th Floor, Senate Building Ahmadu Bello University Zaria

Please note that the Pre-qualification and Tender documents are to be deposited in different boxes as provided in the office of the Registrar

 

 

  1. 5.     Opening of Pre-Qualification/Tender Documents

Pre-qualification documents will be opened on 30th July 2012 at l:30pm at the ABU Samaru Zaria Assembly Hall near the Convocation Square.

 

Only pre-qualified contractors/suppliers would have their tender announced at the tender opening which will take place on 13th August 2012, at 1:30pm at the ABU Samaru Zaria Assembly Hall.

 

 

Civil Society Organisations, Non-Governmental Organisations and all interested members of the public especially intending contractors are hereby invited.

 

6.       Please Note

(a)     All Suppliers that were pre-qualified in year 2010 for ETF/SIP Lot C projects and are still interested are advised to respond to this advertisement.

(b)     Submissions of pre-qualification documents to ABU ZARIA is neither a commitment nor an obligation to award contract to any Contactor or his agent.

(c)      Advertisement for Invitation for expression of interest for Pre-qualification and Tender Bidding should not be construed as a commitment on the part of Ahmadu Bello University, Zaria or shall it entitle any Contractor to make any claims whatsoever or seek any indemnity from ABU Zaria.

(d)     Due diligence would be followed as all documents submitted would be verified. Past executed works, contractors’ offices, Plants and Equipment may be visited for verification. Any discrepancies found would summarily disqualify the Contractor.

 

Signed:

Dr. Isah Mohammed Abbass

Registrar & Secretary to Council