Invitation for Pre-qualification/Expression of Interest at University of Port Harcourt

University of Port Harcourt

Choba, Nigeria

 

Invitation for Pre-qualification/Expression of Interest

 

1.         Introduction

The university of Port Harcourt intends to carry out procurement for the following TETFUND/FGN projects:

 

1.         Construction of Social Sciences Building (TETFUND project);

2.         Procurement of furniture for social Sciences Building (TETFUND Project);

3.         Construction of Centre for Gender Studies (FGN 2012 project);

4.         Procurement of Furniture for Centre for Gender Studies (FGN 2012 project);

5.         Construction of Animal and Environmental Biology Building (TETFUND) project);

6.         Procurement  of Equipment  for Animal and Environmental  Biology Building (TETFUND project)

7.         Procurement of Furniture for Animal and Environmental BiologyBuilding (TETFUND project)

8.         Procurement of Teaching and Research Equipment for Central instruments Laboratory (TETFUND project)

9.         Procurement of Teaching and Research Equipment for Pure and Industrial Chemistry

10.       Consultancy Services (architectural, structural, electrical/mechanical, quantity surveying) for Social Sciences Building, Centre for Gender Studies Animal and Environmental Biology building and Entrepreneurial Centre.

 

Non-refundable processing fee (N) for projects 1, 3 & 5 is Eighty Thousand Naira (N80,000.00) only and for projects 2, 4 & 6 is N10,000.00 only, to be paid after pre-qualification.

 

Eligibility Criteria

1.         Evidence of registration with Corporate Affairs Commission;

2.         Tax Clearance/VAT Certificates for 2009,2010 2011;

3.         Company’s Audited Accounts for 2009,2010,2011;

4.         Evidence of financial capacity from a reputable bank

5.         Detailed Company Profile;

6.         Evidence of experience of similar jobs executed in the last five years;

7.         Evidence of equipment owned or to be leased;

8.         Evidence of registration with relevant professional bodies such as ARCON, COREN, CORBON and QSRBN;

9.         Evidence of compliance with Pension Reform Act 2004 (as amended)

10.       Evidence of compliance  with the amended Industrial Training Fund Act, 2011

11.       A sworn affidavit disclosing whether or not any officer of the University of Port Harcourt or BPP is a former or present Director, Shareholder or has any pecuniary interest in the company;

12.       A sworn affidavit disclosing whether or not any Director of the company has been convicted of any felony in Nigeria or abroad;

Collection of Forms

Pre-qualification/expression of Interest Forms should be collected in the office of the Director, Department of Physical Planning & Development, Senate Building.

 

Submission of Pre-qualification Documents

Documents must be in sealed envelopes, labeled “Pre-qualification for [appropriate project]” or “Expression of Interest for [appropriate project]” at the top left hand corner and addressed/hand delivered to:

 

The Registrar

University of Port Harcourt

P. M. B. 5323

East/West Road, Choba, Port Harcourt

 

 

Deadline of Submission

The deadline for submission is 11:00 a.m. on June 14th , 2012. The pre-qualification bids will be opened publicly on the same day at 12:00noon in the Senate Chambers of the University of Port Harcourt in the presence of all bidders, professional Bodies, Staff Unions and NGO’s

 

Mrs Matilda Nnodum

Registrar

Pre-qualification and Tender for the Proposed Rehabilitation, Remodeling and Upgrading of the Existing School of Post Graduate Studies Building at University of Nigeria, Nsukka

University of Nigeria

Nsukka Nigeria

 

Advertisement  for pre-qualification and Tender for the  Proposed Rehabilitation, Remodeling and Upgrading of the Existing School of Post Graduate Studies Building at University of Nigeria, Nsukka.

 

 

The University of Nigeria invites interested companies/firms to the pre-qualification and tender exercise for the execution of the Proposed Rehabilitation and Upgrading of the existing School of post Graduate studies Building at University of Nigeria, Nsukks:- Reference No. UNN/IGR/END/2012/01.

 

Project:

Proposed Rehabilitation. Remodeling and Upgrading of the existing School of Post Graduate Studies Buildingat University ofNigeria, Nsukka:- Reference No. UNN/IGR/END/2012/01

 

Scope of Works and Project Description;

This consists of the Rehabilitation, Remodeling and Upgrading of the existing School of Post Graduate Studies Building to provide more classrooms, seminar rooms, offices, ICT space, stores, conveniences and other ancillary spaces etc.

 

Requirements:

Competent and interested companies/firms who hold the requisite experience, equipment and plants and desire to execute the project are required to submit their Finn’s Profile which must include but not limited to the following documents:

 

i)          Evidence of incorporation of the company with the Corporate Affairs Commission (CAC).

ii)         Evidence of Recent Annual Returns to Corporate Affairs Commission (CAC).

iii)        Evidence of Current Tax Clearance Certificate i.e. (2009, 2010 and 2011)

iv)        Evidence of VAT Certificate and VAT remittances to Federal Inland Revenue Services (FIRS)

v).        Company Profile with list of staff, including curriculum vitae, competencies, qualifications, registration with relevant professional bodies and experience of key personnel.

vi)        Evidence of previous similar projects undertaken in the past five (5) years including scope of project, site of project, contract sum, evidence of successful completion of the project (interim/final valuation & certificates).

vii)       Evidence of possession of plants and equipment and a listing of such plants as possessed/owned by the firm. State location of the plants and equipment for ease of verification.

viii)      Evidence of Current Audited Accounts of Firm for the last three (3) years i.e. (2009, 2010 and 2011).

ix)        Evidence of Financial Capability and Banking Support (bank reference), bank statements of account for the last three months and letter authorizing the University to verify same from the bank.

x)         Sworn affidavit that: (a) The Firm is not bankrupt; (b) None of the Directors is an Ex-convict or bankrupt.

xi)        Articulated work plan and methodology for the execution of the project.

xii)       Evidence of Employees Retirement Savings Accounts (RSA) with a Pension Fund Administrator.

xiii)      Evidence of remitting Employer and Employee Pension Contributions to the appropriate pension fund custodian.

xiv)      Evidence of transferring all pension funds and asset prior to the commencement of the pension Reform Act. to licensed pension operators.

xv)       Please state clearly your Company’s full contact address, GSM Phone number and e-mail address for ease of communication.

 

Method of Application:

Eligible companies/firms who desire to be pre-qualified for these projects are required to prepare and submit their pre-qualification documents in one (1) hard copy and one (1) soft copy in a sealed envelope clearly marked on top: Pre-Qualification for Proposed Rehabilitation, Remodeling and Upgrading of the Existing School of Post Graduate Studies Building at University of Nigeria, Nsukka UNN/IGR/END/2012/01

 

(State clearly the Description and Reference Number please) and addressed to:

 

The Registrar,

University of Nigeria,

Nsukka.

 

Deadline for Submission:

Pre-qualification documents should be submitted, registered and dropped into the Tender Box at Room 226, Registrar’s office, University of Nigeria, Nsukka on of before June 12th, 2012 by 12.00 noon. Pre-Qualification documents will be opened on the same day in the NUGA Secretariat, UNN by 1.00pm in the presence of all representatives of the companies who choose to attend. All contractors/firms that applied are therefore, invited.

 

All pre-qualified contractors/firms will be communicated in writing to collect the financial bid document and would be required to pay the stipulated tender fee. The completed financial bid document would be returned on or before 9th July 2012.

 

Enquiries

All enquiries should be directed to:

The Registrar

University of Nigeria

Nsukka.

 

Please note that response to this invitation shall not oblige the University to consider any responding firm/company for pre-qualification. All costs incurred as a result of response to this  invitation and any subsequent requests for information shall be  borne by the responding firm/company.

 

A.I. Okonta FIIA, FCAI

Registrar.

Pre-qualification and Tender for the 2011 Tertiary Education Trust Fund (TET Fund) BOT Special Intervention Project, (Institute of African Studies (IAS) Complex) at University of Nigeria, Nsukka

University of Nigeria

Nsukka Nigeria

 

Advertisement  for pre-qualification and Tender for the  2011 Tertiary Education Trust Fund (TET Fund) BOT Special Intervention Project, (Institute of African Studies (IAS) Complex), University of Nigeria, Nsukka

 

The University of Nigeria invites interested companies/firms to the  prequalification and tender exercise for the  execution of  2011 Tertiary Education Trust Fund (TETF Fund) BOT Special Intervention Project, (Institute of African Studies (IAS) Complex), University of Nigeria, Nsukka.

 

Reference No. UNN/SP-BOT/TETF/11/01 -03

 

Project:

Construction of Institute of African Studies (IAS) Complex comprising the Main Building, Auditorium and Cultural Centre Buildings, University of Nigeria, Nsukka Campus.

Reference No. UNN/SP-BOT/TETF/11/01 -03

 

Scope of works and Project Description:

Construction of Institute of African Studies (IAS) Complex comprising three (3) free standing Reinforced Concrete Framed structures:

(1)           The Main Building on five (5) levels, to house museum, seminar rooms, studios, classrooms, library, staff offices, conference rooms, reception, stores, roof terrace, conveniences and other ancillary spaces.

(2)           The Auditorium on one (1) level, to house an earth terraced auditorium, main stage, dressing rooms, back stage rehearsals space, reception lobby, conveniences and other ancillary spaces.

(3)           The Cultural Centre on two (2) levels, to house classrooms, seminar rooms, offices, exhibition room, reception lobby, conveniences and other ancillary spaces.

Requirements:

Competent and interested companies who have the requisite experience, equipment and plants and desire to execute the project are required to submit their Firms Profiles which must include but not limited to the following documents:

 

i)              Evidence of incorporation of the company with the Corporate Affairs Commission (CAC).

ii)             Evidence of Recent Annual Returns to Corporate Affairs Commission (CAC).

iii)            Evidence of Current Tax Clearance Certificate i.e. (2009, 2010 and 2011)

iv)           Evidence of Registration with the Federal Ministry of Works as Appropriate.

v).           Evidence of VAT Certificate and VAT remittances to Federal Inland Revenue Services (FIRS)

vi).          Company Profile with list of staff, including curriculum vitae, competencies, qualifications,

registration with relevant professional bodies and experience of key personnel.

vii)          Evidence of previous similar projects undertaken in the past five (5) years including scope of

project, site of project, contract sum, evidence of successful completion of the project (interim/final valuation certificates).

viii)         Evidence of possession of plants and equipment and a listing of such plants as possessed/owned by the firm. State location of the plants and equipment for ease of verification.

ix)           Evidence of Current Audited Accounts of Firm for the last three (3) years i.e. 2009, 2010 and 2011.

x)            Evidence of Financial Capability and Banking Support (bank reference), bank statements of account for the last three months and letter authorizing the University to verify same from the bank.

xi)           Sworn affidavit that: (a) The Firm is not bankrupt; (b) None of the Directors is an ex-convict or bankrupt. xii)            Articulated work plan and methodology

xii)          Evidence of Employees Retirement Savings Accounts (RSA) with the Pension Fund Administrator.

xiii)         Evidence of remitting Employer and Employee Pension Contributions to the appropriate pension fund custodian.

xv)          Evidence of transferring all pension funds and asset prior to the commencement of the pension Reform Act to licensed pension operators.

xvi)      Please state clearly your Company’s full contact address, GSM Phone number and e-mail address for ease of communication.

 

Method Of Application:

Eligible companies/firms who desire to be pre-qualified for this project are required to prepare and submit their pre-qualification documents in one (1) hard copy and one (1) soft copy in a sealed envelope clearly marked on top.pre-qualification for 2011   Tertiary Education Trust Fund  (TETFund) BOT Special Intervention Project, (Institute of African Studies (IAS)   Complex].   University of Nigeria,  Nsukka   UNN/SP-BOT/TETF/11/01-03

 

(State clearly the Reference Number and Description please) and addressed to:

The Registrar and Secretary to Council, University of Nigeria, Nsukka.


Deadline for Submission:

Pre-qualification documents should be submitted and dropped into the box at Room 226, Registrar’s office, University of Nigeria, Nsukka  on or before Tuesday, June 12th 2012  by 12.00 noon.  Pre-Qualification documents will be opened on the same day in the NUGA Secretariat, UNN by 1.00 pm in the presence of all representatives of the companies who choose to attend.

 

All pre-qualified contractors/firms will be communicated in writing to collect the financial bid document and would be required to pay the stipulated tender fee for the Project. The completed financial bid document would be returned on or before 9th July 2012.

 

Enquiry:

All enquiries should be directed to: The Registrar, University of Nigeria, Nsukka

 

Please note that response to this invitation shall not oblige the University to consider any responding firm/company for pre-qualification. All costs incurred as a result of response to this invitation and any subsequent requests for information shall be borne by the responding firm/company.

 

A. I. Okonta

AG.  REGISTRAR

 

Execution of Projects at Jos Electricity Distribution Company (JEDC)

Power Holding Company of Nigeria

Jos Electricity Distribution Company (JEDC)

 

Invitation to Tender

 

1.0     Introduction:

In line with Federal Government desire to improve power supply in the country, Jos Electricity Distribution Company intends to embark on some vital projects and hereby invites interested, competent and reputable Manufacturers, Contractors and suppliers to tender for any of the following Lots of their interests. The projects are to be funded through 2012 FGN Appropriation Budget.

 

2.0     Brief Description of Works:

Lot Brief Description Tender Fee (N)
 
  Part A  
Lot JSW1 Supply and Installation of Statistical Meters on 11 KV Feeders 100,000.00
Lot JSG2 Supply of 110V Dc Charger Units will, Batteries to JEDC Stores in Jos 50,000.00
Lot JSW3 Procurement of 500KVA. 11/415KV AND 300KVA, 33/415KV Distribution Transformers and Construction Relief Substations in Plateau, Benue. Bauchi and Gombe States. 100.000.00
Lot JSG4 Supply of various test equipment to JEDC Stores in Jos. 50,000.00
Lot JSG5 Supply of various security and safety equipment to JEDC Stores in Jos. 50,000.00
Lot JSG6 Supply of 800A, 4-Way Feeder Pillars to JEDC Stores in Jos 50,000.00
Lot JSG7 Supply of critical materials for maintenance to JEDC Stores in Jos 50,000.00
Lot JSW8 Trace Clearing and Widening of 33KV and 11KV Lines in 20 locations in Plaleau. Benue. Bauchi and Gombe States (JSW 8A to JSW 8V) 20,000.00
JSW9 Re-Conductoring of 11 KV and 33KV Lines Across the Zone
Lot JSW9A Re-conductoring of 11KV and 33KV Overhead Lines in Plateau State. 30,000.00
Lot JSW9B Re-cooductoring of 11 KV and 33KV Overhead Lines in Benue State 30,000.00
Lot JSW9C Re-conductoring of 11 KV and 33KV Overhead Lines in Gombe State. 30,000.00
Lot JSW9D Re-conductoring of 11KV and 33KV Overhead Lines in Bauchi State. 30,000.00
Lot JSW10 Rehabilitation/Renovation of Injection Substation Control rooms. 50,000.00
Lot JSG11 Supply of HT and LT Cables and Termination kits to JEDC Stores in Jos. 50,000.00
Lot JSG12 Supply of 33KV and 11KV Fibre Glass Cross -aims to JEDC Stores in Jos. 50,000.00 
Lot JSG13 Supply of HT and LT Reinforced Concrete Poles to JEDC Stores in Jos. 50,000.00
                                

Part B

Lot JSG14 Supply of Rapid Rupturing Fuses for Distribution Transformer Protection to JEDC Stores in Jos. 50,000.00
Lot JSG15 Supply and commissioning of mobile 1 x 15MVA, 33/11KV Injection substation for Jos EDC 100,000.00
Lot JSG16 Supply of Fire Extinguishers to JEDC Stores in Jos. 30,000.00
JSW 17 Rehabilitation and Standardization of Distribution Substations
Lot JSW17A Rehabilitation and Standardization of distribution substations in Plateau State 50,000.00
Lot JSW17B Rehabilitation and Standardization of distribution substations in Banue State 50,000.00
Lot JSW17C Rehabilitation and Standardization of distribution substations in Gombe State 50,000.00
Lot JSW17D Rehabilitation and Standardization of distribution substations in Bauchi State 50,000.00
Lot JSW18 Rehabilitation of 33KV and 11KV Overhead Lines
Lot JSW18A Rehabilitation of 33KV and 11KV Overhead Line in Plateau State 50,000.00
Lot JSW18 B Rehabilitation of 33KV and 11KV Overhead Line in Benue State 50,000.00
Lot JSW18C Rehabilitation of 33KV and 11KV Overhead Line in Gombe State 50,000.00
Lot JSW18D Rehabilitation of 33KV and 11KV Overhead Line in Bauchi State 50,000.00
JSW19 Rehabilitation of Dilapidated LV Network Including Replacement of Wooden Poles
Lot JSW19A Rehabilitation of Dilapidated LV Network and Replacement of Wooden Poles in Plateau State 50,000.00
Lot JSW19B Rehabilitation of Dilapidated LV Network and Replacement of Wooden Poles in Benue State 50,000.00
Lot JSW19 C Rehabilitation of Dilapidated LV Network and Replacement of Wooden Poles in Gombe State 50,000.00
Lot JSW19 D Rehabilitation of Dilapidated LV Network and Replacement of Wooden Poles in Gombe State 50,000.00
Lot JSW20 Procurement & Installation of 9Nos Transformer for relief substation in Gombe State 50,000.00
Lot JSW21 Procurement & Installation of 9Nos 500KVA, 11/0.415KV transformers for relief substations in Bauchi State 50,000.00
JSW22 Procurement and erection of HT Reinforced Concrete Poles
Lot JSW22A Procurement and erection of HT concrete Poles for Plateau State 50,000.00
Lot JSW22B Procurement and erection of HT concrete Poles for Benue State 50,000.00
Lot JSW22C Procurement and erection of HT concrete Poles for Bauchi State 50,000.00
Lot JSW22D Procurement and erection of HT concrete Poles for Gombe State 50,000.00
Lot JSW23 Procurement and installation of 1No 500KVA, 3.3/0.415KV Transformer in Miango town, Plateau State. 30,000.00
Lot JSW24 Extension of electricity supply from Nsa -Lobi, and installation of 5Nos 300KVA Transformer with associated HT and LT lines at Us haongo LGA, Benue State 100,000.00
Lot JSW25 Procurement and installation of 2 x 300KVA, 33/0.4 15KV Transformers at Masaru and Tsangayia in Ningi LGA in Bauchi State 50.000.00
Lot JSW26 Procurement and installation of 2 X 300KVA, 33/0.415KV Transformers at Sasaye and Ung’mai Gwanjo in Warji LGA of Bauchi State 50,000.00
Lot JSW27 Electrification of Kadelen-Gawo & Gabanga: 3 X 200KVA 33/0.415KV Transformers and associated HT and LT lines in Warji IGA, Bauchi State 50,000.00
Lot JSW28 Electrification of Makurdi to Anter, Makurdi LGA, Benue State 50,000.00
Lot JSW29 Electrification of Makurdi to Yogbo, Makurdi/Guma LGA, Benue State 50,000.00
Lot JSW30 Korinya to Agera electrification project Benue State  50,000.00
Lot JSW31 Electrification of Modibbo Shehu, Maikasuwa. Tambelo, Garin Majidadi and Didel in Akko LGA, Gombe State 50,000.00
Lot JSW32 Electrification of Jennawo Head Kanawa, Madaki Nono Mai Anguwa. Dasa Hayin Maido anad Jigawa Iro in Yamaltu/Deba LGA, Gombe State 50,000.00
Lot JSW33 Electrification of Lagtang North: Wase-Nyapkai-Palak-Wunko-Wase- Tofa, Plateau State 50,000.00
                             Part C
Lot JSW34 Provision of 1 No. 500KVA, 33/0.415KV Transformer & electrification in Ikobi 30,000.00
Lot JSW35 Provision of 1No 500KVA, 33/0.4 15KV Transformer & electrification in Oba 30,000.00
Lot JSW36 Provision of 1No. 500KVA. 33/0.415KV transformer & electrification in Enugba 30,000.00
Lot JSW37 Extension of electricity supply from Mangu to Bokkos LGA 50,000.00
Lot JSW38 Electrification of Kurgwi and Kwande in Quan pan LGA. Plateau State 50,000.00
Lot JSW39 Electrification of Mabudi Talgwang Mang Mangwang-Mabudi-Gamankai-Takalahya in Langtang South LGA, Plateau State 50,000.00
Lot JSW40 Completion of ongoing electrification projects of Igbeji/Allan, Ahokpe & Ahobida town in Benue State 50,000.00
Lot JSW41 Electrification of Dangi-Jarmai in Dengi LGA, Plateau State. 50,000.00
Lot JSW42 Construction of 33KA line & installation of Distribution Transformer and LT network at Alu/Effium Okpokwu LGA, Benue State 100,000.00
Lot JSW43 Completion of 1 x 7.5MVA 33/11KV injection Substation at Eke/Okpasu/Olengnechor axis, Benue State 100,000.00
Lot JSW44 Completion of ongoing electrification of Oladegbo-Eke Obotu /Akpodo in Edumoga, Benue State. 50,000.00
Lot JSW45 Purchase & installation of 4Nos 200KVA, 33/0.415KV transformers for Dorowa, Tsoho, Rapyam & electrification of Wereng in Reyom LGA, Plateau 50,000.00
Lot JSW46 Completion of ongoing electrification of Ifam-Owukpa in Benue State 50,000.00
Lot JSW47 Electrification of Dongol, Manaru, Guda and Kaltalga in Akko LGA, Gombe State 50,000.00
Lot JSW48 Electrification of Baitip-Pyapung-Gwotkak, Mikang LGA, Plateau State 50,000.00
Lot JSW49 Installation of 300KVA, 33/0.415KV transformer and construction of LT network in Garkawa, Plateau State 30,000.00
Lot JSW50 Electrification of Dorowa Sho, Rakuung and kwok, Barikin Ladi LGA, Plateau State 50,000.00

 

Tender Requirements

The following Tender documents are required:

  • A copy of Certificate of Incorporation / Business registration.
  • Photocopies of VAT Registration Certificate and evidence of VAT remittances.
  • Current Company Tax Clearance Certificate for the last three years.
  • Detailed Company profile including Organizational structure and details of key staff to be deployed for the project.
  • Verifiable evidence of similar jobs successfully executed in the last five years
  • Evidence of financial capability showing Company’s Bank Statement for the last one year.
  • Company’s audited account for the last (3) three years.
  • Evidence of compliance with requirements of Pension reform Act 2004.
  • Evidence of compliance with requirements of industrial training
  • Companies in construction industry should have a COREN registered engineer as Managing Director.
  • Photocopies of SON or ISO Certificate, copy of company and equipment brochure and relevant manufacturing capacities where necessary should be submitted. (Manufacturers only).
  • Evidence of technical, operational and managerial capabilities.
  • Sworn affidavit affirming that all information being provided by the bidder are true and correct in all particulars and that no officer of any relevant procurement committee(s) of Jos Electricity Distribution Company is a former or present Director, shareholder or has any pecuniary interest in the bidder.
  • Any other relevant information.

 

Submission of Documents /Closing Date

Interested Applicants should collect Bid Documents from Principal Manager (Procurement) on 1st floor of New Annex Building (Electricity House), No. 9 Ahmadu Bello Way, Jos upon payment of non refundable Tenders Processing Fee in Bank draft payable to PHCN Jos EDC.

 

The Technical and Financial documents must be in separate envelopes and a submission of Three (3) bound copies of each (1 original and 2 Photocopies), but all enclosed in one big envelope and clearly marked at the top left corner on each envelope: “2012 FGN Projects” and Lot number. The Contact GSM No. and Company Address should be boldly printed on the reverse side of the envelope. This must be delivered on or before 10.00am on 5th July 2012 by hand or registered mail addressed to:

 

The Chief Executive Officer

Power Holding Company of Nigeria

Jos Electricity Distribution Company

No. 9 Ahmadu Bello Way, PMB 2727, Jos

Plateau State, Nigeria.

 

Note:

  • All prospective contractors should note that non-compliance with the requirements above will lead to outright disqualification.
  • Please note that each lot must be bided for separately.
  • Tender fees are non-refundable.
  • Collection and submission of Tender documents must be on working days and during working hours.
  • Jos Electricity Distribution Company may wish to verify claims made in all submissions; therefore, bidders must give necessary authority for verification.
  • Jos Electricity Distribution Company shall not enter into any correspondence with any unsuccessful bidder.
  • This Advertisement shall not be construed as a commitment on the part of Jos Electricity Distribution Company nor shall it entitle responding Contractors to seek any indemnity from this company by virtue of such Contractors having responded to this advertisement.

 

Signed: Management

Jos Electricity Distribution Company

 

 

Invitation for the Pre-Qualification of Year 2012 Capital Projects at Federal College of Education, Kano

Federal College of Education, Kano

Invitation for Pre-Qualification

 

1. Introduction

The Federal College of Education, Kano Invites interested competent and reputable contractors to apply for the Pre-qualification exercise as a condition to participate in the bidding for the College Year 2012 Capital Projects. Interested bidders are to submit all the required information as well as comply with all other requirements for the pre-qualification for the projects.

 

2.       Project and Reference Number

Construction of School of Languages (Phase III)- CAPP/001/2012

Construction of Office/Lecture hall for school of Education -CAPP/002/2012

Procurement of Science and Vocational Education Equipment -CAPP/003/2012

Procurement of Office/Classroom Furniture -CAPP/004/2012

 

2. Pre-qualification Requirements

 

a)    Each Contractor is expected to submit the following mandatory documents

i.        Evidence of Incorporation with Corporate Affairs Commission (CAC),

(Memorandum and Article of Association).

 

ii.       Evidence of Tax Clearance Certificate for the last three (3) years (2009, 2010 & 2011)

 

iii.      Company Audited Account for three (3) years (2009, 2010 & 2011) prepared by Chartered Accountant, duly signed and stamped with ICAN or ANAN Seal).

 

iv.      Sworn Affidavit indicating that all documents submitted are genuine and

verifiable.

 

v.       Sworn Affidavit that no current staff of the Federal College of Education, Kano is a former or present Director, Shareholder or has any pecuniary interest in the Company Submitting Bid.

 

vi.      Evidence of compliance with the pension Act in accordance with Procurement Act 6 (d)

 

Please Note: – Failure to Provide any of the above (i) – (v) will automatically

disqualify the bidder.

 

b)   Other Criteria

i.        Evidence of Financial Capability and Banking Support (Bank Reference, Recent Statement of Account).

 

ii.       Experiences/Technical Qualification and experience of key personnel (Company Profile, CV and Credentials).

 

iii.      Evidence of “Similar Projects” executed over the last five (5) years and evidence of knowledge of the industry (Award letters of projects executed, copies of valuations and completion certificates is required).

 

iv.      List and Sources of Equipment and Technology Capacity (Evidence of ownership/Lease agreement)

 

v.       Annual Turnover.

 

vi.      VAT Registration and evidence of past VAT remittances

 

vii.     List of completed and On-going Projects (if any)

 

Original copies of documents listed above must be produced for sighting after being pre-qualified, before collection of Tender Documents.

 

3.       Submission of Completed Pre-Qualification Documents

The pre-qualification documents should be submitted in sealed envelope and clearly marked “Pre-qualification to tender (name of the Project)” and shall be delivered to:

 

The Secretary (Tender),

Federal College of Education,

P. M. B. 3045, Kano.

 

On or before 18th June 2012. The documents will be opened at 12:00 noon on the closing date at the College Council Chambers. No late submission will be entertained after 12:00 noon on the expiration of the three 3 weeks

 

Please note:-

That the College reserves the right to verify any claim by the bidders

That by submission of Pre-qualification documents F.C.E Kano is neither committed nor obliged to award any contract to any Contractor.

That this advertisement for invitation to pre-qualification shall not be considered as the commitment on the part of the College, nor shall entitle any contractor to make  any claims whatsoever and/or seek any indemnity from F.C.E Kano.

That Full tendering procedures will be applied only to bidders that have been prequalified and found capable of executing the projects.

 

Signed

Alhaji Musa Sule

Chairman Procurement Committee