Invitation for Pre-Qualification for Supply of Fiber Based Bandwidth at Usmanu Danfodiyo University, Sokoto

Usmanu Danfodiyo University, Sokoto

(Office of the Registrar & Secretary to Council)

 

Invitation for Pre-Qualification for Supply of Fiber Based Bandwidth

The Usmanu Danfodiyo University, Sokoto now invites eligible and qualified bidders to pre-qualify for the supply of dedicated fiber based bandwidth to the University. Bidding will be conducted through the Federal Government Due Process procedures and is open to all bidders from Nigeria.

 

A.        Scope of Work

The scope of work is the supply of 12 meg high grade full duplex dedicated bandwidth

for one year.

 

B         Pre-Qualification Requirements

Interested bidders are invited to submit the following pre-qualification documents:

i.          Evidence of registration with Corporate Affairs Commission.

ii.         Company Tax Clearance for the last three years and VAT registration.

iii.        Evidence of financial capacity to execute this project, e.g. audited accounts for

the last three (3) years and a letter of reference from their bankers,

iv.        List of similar verifiable projects successfully executed by the company with locations, letters of award and completion certificates, in the last 5 years,

v.         List of managerial, technical and administrative staff of the Company,

vi.        Evidence of membership of Internet Exchange Point (IXP).

vii.       Evidence of payment of staff pension contribution to the National Pension

Commission (PENCOM)

 

C.        Receipt of Bidding/Pre-Qualification Documents

Completed pre-qualification documents must be in sealed envelopes clearly marked “Pre-qualification for supply of Bandwidth” and delivered to: The Secretary Tenders Board, Usmanu Danfodiyo University, P.M.B. 2346, Sokoto, Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives who choose to attend in person at the Senate Conference Room, Main Campus, Usmanu Danfodiyo University, PMB 2346, Sokoto at 12.15 pm on or before 15th June, 2012

 

(Signed)

M. K. Jabo

Registrar & Secretary to Council

Invitation for Pre-Qualification to Tender for Construction, Renovation and Landscaping of General Hospitals in Ebonyi State at Ebonyi State

Government of Ebonyi State of Nigeria

Ministry of Health

Office of the Permanent Secretary

 

Invitation for Pre-Qualification to Tender for Construction, Renovation and  Landscaping of General Hospitals in Ebonyi State

 

The Governor of Ebonyi State in his usual good governance and poised to provide adequate Healthcare to the State has approved the construction and rehabilitation of the 13 General Hospitals in Ebonyi State to a world class (state of the art).

 

Scope of Work

i.          Construction of new & standard Hospital complexes

ii.         Doctors & Nurses quarters

iii.        Renovation of existing structure

iv.        Landscaping & perimeter fencing

v.         Supply of hospital & Diagnostic equipment etc.

 

Accordingly, the Ebonyi State Ministry of Health Abakaliki invites interested, competent, experienced & reputable contractors to apply for pre-qualification for the following: –

 

(A)       New construction (5No) in

1.         New General Hospital Complex Iboko Izzi LG A

2.         New General Hospital Complex Elinwovu Abakaliki LG A

3 .        New General Hospital Complex Odomoke Ebonyi LG A

4.         New General Hospital Complex Igboji Ikwo LGA

5 .        New General Hospital Complex Ishiagu Ivo LGA

 

(B)       New Doctors Quarters (10 No) in

1 )        General Hospital Iboko Izzi LGA

2)         General Hospital Odomoke Ebonyi LGA

3)         General Hospital Elinwovu Abakaliki LGA

4)         General Hospital Igboj i Ikwo LGA

5)         General Hospital Umuezoka Ezza North LGA

6)         General Hospital Okposi Ohaozara LGA

7)         General Hospital Onicha, Onicha LGA

8)         General Hospital Owutu Edda Afikpo South LGA

9)         General Hospital Itim Ukwu Afikpo North LGA

10)      General Hospital Ishiagu Ivo LGA

 

(C)       New Nurses/Matrons Quarters (10no):In

1)         General Hospital Iboko Izzi LGA

2)         General Hospital Odomoke Ebonyi LGA

3)         General Hospital Elinwovu Abakaliki

4)         General Hospital Igboji Ikwo LGA

5)         General Hospital Umuezoka Ezza North LGA

6)         General Hospital Okposi Ohaozara LGA

7)         General Hospital Onicha, Onicha LGA

8)         General Hospital Owutu Edda Afikpo South LGA

9)         General Hospital him Ukwu Afikpo North LGA

10)      General Hospital Ishiagu Ivo LGA

 

(D)       Renovation of the Following

1)         General Hospital Ezzangbo Ohasukwu LGA

2)         General Hospital Onueke Ezza-South LGA

3)         General Hospital Agba Ishielu LGA

4)         General Hospital Onicha, Onisha LGA

5)         General Hospital Owutu Edda Afikpo South LGA

6)         General Hospital Okposi Ohaozara LGA

7)         General Hospital Itim Ukwu Afikpo North LGA

8)         General Hospital Umuezoka Ezza-North LGA

 

Landscaping of the I3 No. General Hospitals

1)         General Hospital Iboko Izzi LGA

2)         General Hospital Odomoke Ebonyi LGA

3)         General Hospital Elinwovu Abakaliki

4)         General Hospital Ezzangbo Ohaukwu LGA

5)         General Hospital Igboji Ikwo LGA

6)         General Hospital Agba Ishielu LGA

7)         General Hospital Onucke Ezza-South LGA

8)         General Hospital Umuezoka Ezza North LGA

9)         General Hospital Okposi Ohao/ara LGA

10)      General Hospital Iim Ukwu Afikpo North LGA

11)      General Hospital Onicha,0nicha LGA

12)      General Hospital Owutu Edda Afikpo South LGA

13)      General Hospital Ishiagu Ivo LGA

 

F.         Pre-Qualification Requirements:

1)         Evidence   of  Registration   with   Corporate   Affairs Commission

2)         Evidence of Registration with Ministry of Works Abakaliki Ebonyi State

3)         Last 3 (three) years Tax Clearance Certificate

4)         VAT Registration and past Vat remittance

5)         Evidence of previous experience in similar job

6)         Evidence of 3 (three) years Audited Company Report

 

G.        Submission of Pre-Qualification Documents:

Pre-qualification documents should be sealed and marked at the top left hand corner “tender for pre-qualification as contractors for …..” Stating the particular project or projects the Firm intends to undertake.

The documents should be submitted on or before 15th June, 2012 and addressed to the Office of HOD Planning, Research and Statistics, Ministry of Health Abakaliki.

 

H.   Pre-Requisite for Processing of Pre-Qualification Documents

Payment of non-refundable pre-qualification fee of N5,000 (Five Thousand Naira) only in cash or draft submitted to the HOD Planning, Research & Statistics, Ministry of Health Abakaliki.

 

Note that only short-listed contractors/companies would be allowed to tender for any of the projects listed and that the Ministry is not bound to give reasons for unsuccessful application.

 

Closing date- 15th June,2012.

 

Signed:

Permanent Secretary

Invitation for Pre-Qualification for Execution of Year 2012 Projects at Nigerian Institute of Transport Technology (NITT), Zaria

Nigerian Institute of Transport Technology (NITT), Zaria

 

Invitation for Pre-Qualification for Execution of Year 2012 Projects

 

The Nigerian Institute of Transport Technology (NITT), Zaria intends to carry out the procurement of goods, works and services under the 2012 Budget appropriation.

 

Interested Contractors with proven competence and experience are hereby invited to apply for pre-qualification for execution of any aspect of works listed below:

1.       Upgrading of Institute’s Clinic (Supply & Installation of Equipment)

2.       Upgrading of Library and IT Facilities (Consultancy)

3.       Upgrading of Library and IT Facilities (Supply & Installation)

4.       Sports Complex Development (Supply & Installation of Sporting Equipment)

5.       Sports Complex Development (Renovation and Equipping of Senior Staff Club)

6.       Construction of Access Road

7.       Rehabilitation of Existing Buildings

 

Eligibility Criteria:

Interested Contractors are expected to possess the following basic requirements:

(a)     Evidence of Registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of Corporation and Articles of Association

(b)     Evidence of valid Tax Clearance Certificate for the past three (3) years

(c)      Company Profile, Experience/Technical Qualification of key staff.

(d)     Evidence of Compliance with Pension Act

(e)      Technical Capabilities:-

i.        Works –                Equipment and qualified staff

ii.       Consultancy –       Curriculum Vitae of qualified staff

(f)      Evidence of having executed similar projects/supplies in the past

(g)     Evidence of financial capability/Bank support

(h)     Company Audited Accounts for the last three (3) years (2009-2011)

(i)      Full Accounts Details including TIN Number

(j)      Any other relevant documents that could enhance the company’s

legibility

(k)     Evidence of Registration with relevant professional bodies.

 

Submission of Pre-Qualification Documents:

Interested Contractors are requested to submit their pre-qualification documents, in sealed Envelop marked “NITT 2012 Projects: Pre-Qualification for ….. indicate aspect of works” at the top left hand corner of the envelop, to:

 

The Director General/Chief Executive

Nigerian Institute of Transport Technology (NITT),

P.M.B. 1148               

Basawa Road, Zaria

 

To reach him on or before 11th June 2012.

 

 

Collection of Tender Documents:

Tender documents shall be available for collection by pre-qualified contractors upon payment of a non-refundable tender processing fees of N20,000.00.

 

Tender Submission:

Completed Tenders shall be submitted to the Director General/Chief Executive on or before 11th June 2012 from day of commencement of collection of tender documents. Bids shall be opened immediately on expiration of tendering period.

 

Please Note:

Interested companies/Consultants wishing to bid for more than one aspect of the work must submit separate Pre-qualifications for each aspect(s). Tenderers and the general public/Civil Society Organizations shall he invited to witness bids opening.

 

Signed:

Management

Invitation for Pre-Qualification of Interested Companies for Consultancy and Contractual Services at University of Uyo

University of Uyo

Uyo

 

Invitation for Pre-Qualification of Interested Companies for Consultancy and Contractual Services: 2012 Capital Projects

 

1.0 Introduction

The University of Uyo, Nigeria is desirous of executing the 2012 Capital Projects. The University hereby invites interested and competent companies who have experience in the execution of jobs of similar nature and magnitude to submit pre-qualification documents for consideration.

 

2.0 Scope

A    Consultancy

(i)         UU/CONS/EF/2011/01 Design: Drainage Channel at Central core, at the

Main Campus-Civil/Structural Engineering

 

(ii)        UU/CONS/CP/2012/02   Design: Central Administration   Phase II at the

Main Campus

 

Lot 1A Architectural

Lot 1B Structural Engineering

Lot 1C            Mechanical/Electrical Engineering

Lot 1D            Quantity Surveying

 

(iii)       UU/CONS/Tetfund/2012/03   Design: the Entrepreneurial Centre at the   Main Campus

 

Lot l A Architectural

Lot 1B             Structural Engineering

Lot 1C            Mechanical/Electrical Engineering

Lot 1D            Quantity Surveying

 

 

(iv)      UU/CONS/1GR/2012/04 Design: the University ICT Centre Complex Phase 1 at the Main Campus

Lot 1A Architectural

Lot 1B             Structural Engineering

Lot 1C            Mechanical/Electrical Engineering

Lot 1D            Quantity Surveying

 

(iv)        UU/CONS/1GR/2012/04 Design: the University ICT Centre Complex Phase 1 at the Main Campus

Lot 1A             Architectural

Lot 1B Structural Engineering

Lot 1C          Mechanical/Electrical Engineering

Lot 1D            Quantity Surveying

 

 

(v)       UU/CONS/CP/2012/05 Design: the University Lecture Theatre Complex Phase 1 at the Main Campus

Lot 1A Architectural

Lot 1B Structural Engineering

Lot 1C            Mechanical/Electrical Engineering

Lot 1D            Quantity Surveying

 

B.  CONSTRUCTION

(i)         UU/CONT/EF/2011/01  Drainage Channel at Central core, Main Campus

(ii)        U/CONT/TET FUND/2011/02   Entrepreneurial Centre at the Main Campus,

(iii)       UU/CONT/CP/2012/03   Central Administration   Phase II at the Main Campus.

(iv)       UU/CONT/IGR/BS/2012/04 A Bus Station at the Town Campus,

(v)        UU/CONT/ICT/TE FUND/2012/05 University ICT Centre at the Main Campus,

(vi)       UU/CONT/LT/CP/2012/06 University Lecture Theatre Complex

Phase 1 at the Main Campus,

(vii)      UU/CONT/IGR/SC/2012/07 The University Students Centre Phase 1 at the Main Campus,

(viii)     UU/CONT/IGR/EG/2012/08 The University Entrance Gate/Gate

House/Security Post at the Main Campus,

(ix)       UU/CONT/CP/FS/2012/09 Completion of Mechanical and Electrical Services at the Faculty of Science Complex, Main Campus.

 

 

C. SUPPLIES

(i)         UU/SUP/IGR/2012/01 Supply and Installation oi Teaching and Research Equipment to the Department of Chemical Engineering.

(ii)        UU/SUP/IGR/AFE/2012/02 Supply and Installation of Teaching and Research Equipment to the Department of Agriculture and Food Engineering.

(iii)       UU/SUP/IGR/VE/2012/03 Supply and Installation of Teaching and Research Equipment to the Department of Vocational Education.

(v)        UU/SUP/IGR/GRP/2012/04 Supply and Installation of Teaching and Research Equipment/Software to the Department of Geography and

Regional Planning.

(vi)       UU/SUP/IGR/EE/TR/2012/05   External Electricity   Supply of and Installation of Transformers, RMUs and Underground cabling at Main Campus.

 

 

3.0 Pre-Qualification Requirements

The requirements shall be presented in the following order:

(i)        Letter of Application;

(ii)        Evidence of incorporation or business name registration;

(iii)       Evidence of tax clearance for the last three years;

(iv)       VAT registration and evidence of past VAT remittance;

(v)        Evidence of financial capability: bank reference letter or evidence of financial backing from bank and audited accounts of the Company for the last three years;

(vi)       Organizational structure with the names of key personnel involved in project   implementation   stating   qualifications   and   professional registrations where applicable (enclose photocopies of professional qualifications);

(vii)      Have a Project Manager of between 7 – 10 years experience of equivalent nature and volume;

(viii)     Evidence of employees open Retirement Savings Accounts (RSA) with a Pension Fund Administrator of choice for indigenous companies;

(ix)       Evidence of experience as a prime contractor on, at least, one project of similar nature and complexity within the last three years, stating client, cost with completion certificates and photographs,

(x)        A letter authorizing University of Uyo, Uyo to verify claims with relevant agencies and bodies;

 

Submission of Documents/Opening Of Bids

Two copies each of completed pre-qualification documents shall be submitted by hand in sealed envelopes, clearly marked pre-qualification to tender, indicating the selected lot and name of project on the left hand corner of the envelope.    Submission Register/Receipt shall be filled before such envelopes are dropped Submission should be addressed to:

 

The Registrar

University of Uyo

P.M.B.1017

Uyo

Akwa Ibom State

 

Submission of documents will be closed on Friday, June 8th , 2012 by 12 noon,

while documents will be opened at 1.00pm the same day in the Senate Chamber, University of Uyo. No late submission will be entertained after 12.00 noon on Friday, June 8th , 2012. All bidders and/or their representatives are to please note and the bid opening session.

 

5.0       Note

1.         Nothing in this advertisement shall be construed to be a commitment on the part of University of Uyo, Uyo to undertake the project(s) or entitle any bidder to make any claim(s) whatsoever in respect of any expenses incurred in preparing response.

 

2.         Only those pre-qualified applicants will be invited to tender.

3.         Submissions by post, courier services, e-mail and/or any other  means of delivery other than by hand shall not be accepted.

 

Signed

Edak U. Umondak (Mrs.)

Registrar.

 

 

Request for Expression of Interest and Invitation to Tender at Lake Chad Research Institute

 

Lake Chad Research Institute

 

P.M.B 1293

Kilometre, 5,

Gamboru/Ngala Road, Maiduguri

 

Request for Expression of Interest and Invitation to Tender

 

Introduction

The Lake Chad  Research Institute (LCRI) Maiduguri in accordance with Public Procurement Act. 2007 wishes to carry out some of its capital projects under   the   2012   Budget. To this end, interested and reputable contractors with  relevant   experience   are   invited   to  submit pre-qualification document/tender for the following projects:

 

A)      Scope of Work

LOT 1:        Construction of Wall fencing of experimental farms.

LOT 2:        Renovation   of   furnishing   of   Eleven    (11)   Rooms office block at the  Institute sub-station (Ngala).

LOT 3:        Construction of 1.5km road. Maiduguri (Headquarters).

LOT 4:        Renovation of 37 houses at the Headquarters.

LOT 5:        Sinking of one borehole at Headquarters.

LOT 6:        Procurement of assorted reagents/install of Laboratory equipment.

LOT 7:        Procurement of Automatic Hydrometer station.

 

B)             Pre-Qualification Requirements

i.        Evidence of registration with Corporate Affairs Commission (CAC)

ii.       Evidence of technical capability.

iii.      Last three (3) years Company’s Audited Account (2009, 2020 and  2011)

iv.      VAT Registration/VAT Payment/Exemption Certificates.

v.       Three (3) years Tax Clearance Certificate (2009,  2010 and  2011)

vi.      Detailed information on technical personnel and the staff of the Company.

vii.     Financial Capability and Banking support.

viii.    Evidence of similar project executed in the past year three (3) years (Letters of Award and Completion Certificate).

ix.      Evidence of compliance with Pension Reforms Act 2004

 

C) Collection of Documents

Interested    Contractors/Companies   should    collect    the    Tender   documents from the Procurement   Planning Committee (PPC) Secretariat.   Room 04, 1st   Floor, and Administrative   Block,   Lake   Chad   Research   Institute   (LCRI)   Maiduguri,   Borno State.      after      payment      of      non-refundable      fees      of      Thirty      Thousand      Naira (N30.000.00)   for   each   Lot   in   Bank   Draft   payable   to   the   Ag.    Executive   Director, Lake Chad Research Institute.

 

D) Submission

The (i) Technical and (II) Financial bid documents shall be sealed and labeled Technical and ‘Financial’ Bids separately as appropriate and the two envelopes should be put in another envelope sealed and labeled at the right hand corner indicating project Name. The tender documents (Technical and Financial bids) shall each be submitted in three (3) copies, one original and two other copies   and   all   pages   therein    to   be   dully   endorsed    by   an authorized principal Officer    of    the     bidding     Company.     The document should be addressed and submitted to:

 

The Office   of   the   Ag.    Executive    Director,    Lake   Chad    Research    Institute. P.M.B. 1293, Maiduguri   not later than 12noon,     9th July, 2012.

 

Opening of Document

Please note that opening of documents shall commence at 10:00am on  Tuesday, 10th July, 2012 at the Conference Room, 2nd Floor, Lake Chad Research Institute, Maiduguri.

 

Bidders, interested members of the public and  NGOs are invited to witness the opening.     Please   note   that  the   Lake  Chad   Research   Institute   is   not   bound   to accept the lowest or any of the bids.

 

All enquiries to be directed to:

The Ag. Executive Director,

Lake Chad Research Institute,

Km 5, Gamboru/Ngala Road,

P.M.B.  1293, Maiduguri.

 

 

Signed:

AG. Executive Director