Invitation to Tender at Petroleum Equalisation Fund (Management) Board

Petroleum Equalisation Fund (Management) Board

Plot 622 Ambassadorial Conclave Central Business District, PMB 450 Garki  Abuja

Invitation to Tender

Introduction

The above named organisation is a statutory agency of The Federal Ministry of Petroleum Resources. In compliance with the procurement act 2007 the board hereby invites interested and reputable contractors for the procurement of the following.

 

 

s/n Lot name Lot number
1. Procurement of Wi-Fi radios & accessories 1
2. Procurement of servo stabilizers, uninterrupted power supplies (UPS) 2
3. Auto feed scanners 3

 

The following documents are to be included in the technical bid, and management has the right to verify any of such:

1.       Certificate of Incorporation

2.       Profile of the company

3.       Evidence of Tax Clearance Certificate (last 3 years)

4.       VAT Certificate

5.       Audited Annual Reports for the last three (3) years

6.       Evidence of compliance with the Pension Reform Act 2004

7.       Bank Reference

8.       Certificate and/or Evidence of Partnership with OEM or Global Software Companies, or as applicable.

9.       Past experience/track record of the firm to undertaking similar jobs including and documentary evidences of such.

10.    Evidence of compliance with the provisions of the Industrial Training Fund Amendment Act 2011 section 6 (i-iii).

11.     All envelopes shall be subjected to security checks before being sealed and dropped in the bid box on the first floor.

12.    Submission forms are to be filled before such envelopes are dropped.

13.     All bids are to be clearly labeled with the lot name and lot number in addition to being marked ‘technical’ and ‘financial’. Envelopes without these shall be rejected.

14.     Bids submitted late shall be rejected.

Collection of Tender Documents

All interested bidders can obtain tender documents from procurement unit at the Head Office upon payment of a non-refundable tender processing fee of N10,000 per lot. A receipt shall be issued to the vendor by Finance and Accounts Department, a copy of which should be enclosed in the bid document.

Submission of Tender Documents

a.       All bidders should submit both technical and financial bids in separate sealed envelopes with the lot name and number. In addition the name of the company and contact phone number should be reflected at the back of the envelope. All envelopes shall be subjected to security checks at the gates before they are sealed.

b.       All bidders must fill the bid submission form

c.       All envelopes are to be addressed to:

 

The Executive Secretary

Petroleum Equalisation Fund

Management Board

Plot 622 Ambassadorial Conclave

Central Business District

Abuja.

Opening of Bids

Opening of tender shall commence on or before Thursday 31st May 2012 by 11 am prompt at the Head Office, Abuja. Interested members of the public, civil society organizations and interested contractors or their representatives are hereby invited.

 

Note

The submission of bids is not compulsion or assurance to awards of contracts. In addition, the management reserves the right to reject any bids (even the lowest) and nothing in this advertisement should be construed as a commitment on the part of the board with regards to these awards.

 

Signed:

Management

 

Advertisement for the Appointment of External Auditors at Redeemer’s University

Redeemer’s University

KM 46, Lagos-Ibadan Expressway, Redemption Camp, Ogun State, Nigeria. P.M.B.  3005, Redemption Camp, Mowe, Ogun State.

Tel: 01-7931780, 01-8502921

Website: www.run.edu.ng ; E-mail: info@run.edu.ng

Advertisement for the Appointment of External Auditors

 

Applications are hereby invited from suitably qualified firms of Chartered Accountants to act as External Auditors to the University.

 

The University

Redeemer’s University (RUN) is a private University established by the Redeemed Christian Church of God (RCCG). It was granted an operating license in 2005.

 

Pre- Qualification Requirements

1.       Evidence of registration of the Firm with the Corporate Affairs Commission.

2.       Evidence of registration/certification of the Principal Officers (Partners)   with relevant professional bodies in Nigeria.

3.       Detailed profile of the Firm and personal profiles of Partners and Key Staff.

4.       Evidence of VAT registration and remittance.

5.       Tax Clearance for the last three (3) years.

6.       Verifiable list of similar and other jobs handled including addresses and contacts.

Method of Application

Each application should be made in twenty (20) copies. The application and supporting documents should be submitted by hand under confidential cover, addressed to:

 

The Chairman of Council

c/o Office of the Registrar

Redeemer’s University

Redemption Camp

Ogun State.

 

OR

The Chairman of Council

Redeemer’s University

P.M.B. 3005

Redemption Camp

Ogun State.

 

The sealed envelope containing the application should be marked External Auditors at the top left corner and forwarded to reach the Chairman of Council on or before Thursday, 10th May, 2012.

 

Mrs. M. O. Oje

Ag. Registrar

 

Invitation for Pre-qualification of Contractors for University Projects at University of Ilorin

University of Ilorin, Ilorin, Nigeria

P.M.B. 1515, Ilorin

E-Mail: registrar@unilorin.edu.ng

Website: www.unilorin.edu.ng

Tel: 031821304

 

Invitation for Pre-qualification of Contractors for University Projects

A.      Introduction

Pre-qualification of bids are invited from interested and competent contractors with relevant experience and good track records in respect of each of the projects listed below;

 

I        Tertiary Education Trust Fund Projects (TETFUND)

(a)     Construction of a four floor office complex for Faculty of Education

(b)     Construction of a 600 Seater Lecture Theatre for Faculty of Education

(c)      Construction of Entrepreneurship Centre

(d)     Supply of teaching and research equipment for the Faculty of Pharmaceutical Sciences

(e)      Supply of teaching and research equipment for the Department of Ophthalmology

(f)      Supply, of teaching and research equipment for the Faculty of Veterinary Medicine

(g)     Supply of teaching and research equipment for the Department of Chemical

Engineering

(h)     Supply of teaching and research equipment for the Department of Metallurgical Engineering

(I)      Construction of green House for the Faculty of Agriculture

(j)      Rehabilitation of the Faculty of Agriculture

(k)     Supply and installation of fibre optic cables and accessories.

 

II       Normal Capital Grant Projects

(a)     Construction of University Tower (16 Storey Building)

(b)     Construction of Internal Roads

 

III     Internally Generated Revenue Projects

(a)     Construction of special galvanized and coated 450m long fencing at the Biological Garden.

(b)     Rehabilitation of structures for Uniform Business School.

(c)      Rehabilitation of Structures for the University of Ilorin International Secondary School.

B.      Pre-Qualification Requirements

Interested contractors are required to submit pre-qualification documents with verifiable evidence including, but not limited to the following:

i.        Evidence of Incorporation of Company by Corporate Affairs Commission;

ii.       Evidence of current registration with the Federal Ministry of Works, Housing and Urban Development in Category “D”;

iii.      Evidence of Tax Clearance Certificate for the last three years;

iv.      Company’s Audited Account for the last three years;

v.       Evidence of compliance with the provisions of the Pension Reform Act 2004;

vi.      List of similar jobs executed with evidence of names of clients, locations of projects, letter of contract award, certificate of practical completion and cost of projects, (Note that Contractors without evidence of having, successfully executed multi-storey structures in excess of 10 floors need not apply for item II (a) above,) Photographs or just a list of jobs without evidence will not be assessed.

vii.     Letter of reference from contractors’ bankers; and

viii.    Letter of consent from professionals to be engaged on the projects.

 

C.   Processing Fees

Interested contractors are required to pay a non-refundable processing fee of N50, 000 00 (Fifty Thousand Naira only), for each of projects i(a), i(b) and ii(a) and N30,000.00 (Thirty Thousand Naira only) each for other projects. All payments must be in bank draft in favour of the University of Ilorin. The draft or evidence of payment at the Bursary Department of the University must accompany the pre-qualification submission.

 

D.      Submission

All submissions in sealed envelopes should be delivered to the address below on or before 16th May 2012 by 12 noon.  The envelopes should be clearly marked at the top-right-hand corner with the name of the project. Pre-qualification submissions will be opened at the Auditorium Basement, University of Ilorin on 16th May 2012 by at 2.00 p.m.

 

The Registrar,

University of Ilorin,

P.M.B. 1515,

Ilorin.

 

Note:

i)       This advertisement is not an invitation to tender;

ii)      The University reserves the right to reject any or all the pre-qualification packages;

iii)     Failure to comply with any of the above instructions or provide any of the listed documents may automatically result in disqualification.

 

Signed

Olufolake O. Oyeyemi (Mrs.)

Registrar

Invitation to Pre-Qualification/Tender for the Execution of Year 2011 TETFUND BOT Special Intervention Projects, 2012 Capital Appropriation Projects and Appointment of External Auditor at Federal University of Technology, Minna

Federal University of Technology, Minna

(Office of the Registrar)

Invitation to Pre-Qualification/Tender for the Execution of Year 2011 TETFUND BOT Special Intervention Projects, 2012 Capital Appropriation Projects and Appointment of External Auditor.

 

The management of the Federal University of Technology, Minna hereby invites interested and reputable Contractors and Auditing Firms with relevant experience and good track record to apply to pre-qualify/tender for 2011   Tertiary   Education Trust  Fund (TetFund)  BOT  special intervention   projects,   2012   Capital   Appropriation   Projects   and Expression of Interest as External Auditor to the University.

 

Projects Summary

Lot Source of Fund Project Description Tender Fee
Lot 1 TETFUND Procurement of 8KVA Solar Panel System with accessories  

50,000.00

Lot 2 TETFUND Procurement of 4KVA Solar Panel System with accessories  

100,000.00

Lot 3 TETFUND Procurement of various equipment for the Department of Industrial and Technological Education  

70,000.00

Lot 4 TETFUND Procurement, installation and Commissioning  of 500KVA Generator  

70,000.00

Lot 5 TETFUND Procurement of various Laboratory Equipment for Microbiology Department  

50,000.00

Lot 6 TETFUND Procurement of High Power Liquid Chromatograph with accessories  

50,000.00

Lot 7 TETFUND Procurement of various laboratory equipment for the  Department Biological Science  

50,000.00

Lot 8 FGN Purchase of Fire Fighter Bus 70,000.00
Lot 9 FGN Construction of Classrooms 100,000.00
Lot 10 FGN Procurement of Teaching and Research Equipment for School of Science and Science Education  

70,000.00

Lot 11 N/A Expression of Interest as External Auditor Nil

 

Pre-Qualification Requirements:

Interested contractors/Auditing firm are required to submit pre-qualification documents which should include:

I.          Evidence of registration with Corporate Affairs Commission.

ii.         Tax clearance certificate for the last three years.

iii.        The firm/company profile and management structure.

iv.        A proven track record of execution of similar projects over the past five (5) years.

v.         Company Audited Financial Statement for the last three (3) years

vi.        Details of equipment to be deployed for the project.

vii.       Comprehensive company profile and organization structure,

viii.      Evidence of compliance with Pensions reforms Act 2004

ix.        Evidence of registration with the office of the Auditor-General of the Federation. x.          Any other relevant information.

 

Collection Of Tender Document:

Tender documents should be collected from the cash office, Bursary Department, Main Campus, Gidan Kwano upon presentation of evidence of payment of a non-refundable fee for each lot, made in bank draft payable to the Federal University of Technology, Minna.

 

Submission/Opening Of Documents:

All documents should be submitted in sealed envelopes clearly marked with the name of the LOT to: The Registrar, Federal University of Technology, P.M.B. 65, Minna, Niger State. Submission should be made on or before 12:00 noon, 11th June 2012.

 

The pre-qualification/tender documents shall be opened at 12:00 noon on Monday, June 11, 2012 in the Senate Chamber, Senate Building, Main Campus, Gidan Kwano.

 

Signed M. D. Usman

Registrar.

Tender for the Supply, Distribution and Installation of Information Technology (IT) Equipment and Furniture Items for Intellectual Property and Technology Transfer Offices (IPTTOs) in Seven Tertiary Institutions Located at Bauchi, Sokoto, Calabar, Kaduna, Ilorin, and Nasarawa States at National Office for Technology Acquisition and Promotion (NOTAP)

National Office for Technology Acquisition and Promotion (NOTAP)

No. 4 Blantyre Street, off Adetokunbo Ademola Crescent, Wuse lI, Abuja

Tender Notice

Tender for the Supply, Distribution and Installation of Information Technology (IT) Equipment and Furniture Items for Intellectual Property and Technology Transfer Offices (IPTTOs) in Seven Tertiary Institutions Located at Bauchi, Sokoto, Calabar, Kaduna, Ilorin, and Nasarawa States.

 

 

Introduction

The National Office for Technology Acquisition and Promotion (NOTAP) is a Parastatal of the Federal Ministry of Science and Technology) established by law and charged with the main responsibilities of regulation and monitoring of Technology Transfer into Nigeria, and building models for commercialization of viable domestic R&D results.

 

In pursuance of the poky objective of the present Government, this Agency, as part of its Mandate, is undertaking various projects in the year 2012 within its operations.

 

In line with the Public Procurement Act, 2007, therefore, reputable and interested companies are hereby invited to apply for participation in the Tender process for the execution of the work.

 

2.0        Project to be Executed

Supply Distribution and installation of Information Technology (IT) Equipment and Furniture in seven {7} Intellectual Property and Technology Transfer Offices (IPTTOs) located m seven (7) Tertiary Institutions nationwide.

 

3.         Tender Requirement

Interested Contractors would be required to pay a non-refundable Tender fee of N20,000:00 (twenty thousand naira only to  NOTAP cash Office. The details of the job would be obtained on payment of the non refundable fee. The original receipt must be attached to the Tender Document.

 

The application should be accompanied with the following documents:

(i)         Article of incorporation or Registration of Firm

(ii)        Latest Income Tax Clearance Certificate

(iii)       Latest VAT Registration Certificate

(iv)       Receipt of payment of Non-refundable tender fee

(v)        Original Letter naming the person athorized to sign on behalf of the tender

(vi)       Evidence of Registration/Compliance with Pension Commission Act

(vii)      Evidence of Registration with the Nigeria Computer Society

 

 

3.0       Submission of Tender Document

The Tender Document should be neatly enclosed in a sealed envelope marked “Tender for the Supply, Distribution and Installation of Information Technology (IT) Equipment and Furniture Items for Intellectual Property and Technology Transfer Offices (IPTTOs) in seven Tertiary Institutions” and dropped in a Tender box at the address below  on or before June 11th 2012 by 11.00am.

 

Office of the Director General

National Office for Technology Acquisition and Promotion (NOTAP)

4, Blantyre Street

Off Adetokunbo Ademola Crescent

Wuse II, Abuja.

 

4.0       Opening of Tender Document

The Tender Document will be opened on June 11th 2012 by 11.00am in the  Conference Room of NOTAP Head Office,  4 Blantyre  Street, Wuse II, Abuja. Bidders or their representatives are invited to be present in the opening session.

 

Signed

Management