Execution of Some Education Trust Fund (ETF) Assisted Projects at Lagos State University

Lagos State University

Badagry Expressway, Ojo, Lagos

Website: www.lasunigeria.org , www.lasues.org

E-mail: vice-chancellor@lasunigeria.org , registrar@lasunigeria.org

Tel: 01-8547002, 01-8547252

Invitation for Pre-Qualification to Tender

(ETF Merged Projects for 2006, 2007, 2008 and 2009)

1.0     Invitation:

Lagos State University. Ojo is desirous to undertake a pre-qualification exercise for the execution of some Education Trust Fund (ETF) Assisted Projects and would require the services of qualified contractors for the projects.

2.0       Scope of Work:

  • Construction of Single Level Office Block for Faculty of Management Sciences
  • Construction of 2Nos. Twin Lecture Theatre, at  Ojo and Badagry Campuses
  • Procurement of 200  sets of 6-Seater Lecture Theatre Furniture
  • Procurement of various Sporting Equipment

3.0        Requirements:

  • Certificate of Company’s incorporation with Corporate Affairs Commission
  • Tax Clearance Certificate for the last three (3) Years.
  • Evidence of Company’s financial standing
  • Evidence of execution AND practical completion of similar jobs, in the last three (3) years, with names of clients
  • Evidence of Registration as Contractor, with Lagos State University in the appropriate category.
  • Company’s profile containing Company’s Organizational Structure. including names AND resumes of key personnel, showing their Technical qualifications, with copies of certificates.
  • Evidence of financial strength, credit worthiness and readiness to instruct bankers to supply financial information on the company as may be required.

 

4.0     General Information:

All enquiries, regarding the details about this advertisement, should be directed to the office of the Director of Works and Physical Planning. Lagos State University, between 10.00 a.m. and 4.00 pm., from Mondays to Fridays of the week.

 

5.0     Bidding Fee:

Interested bidders should pay a non-refundable fee of Twenty Thousand Naira (N20, 000:00) only, for each project to Lagos State University Revenue Account in  the under mentioned designated Bank and account from the date of this advertisement:

 

Zenith Bank Plc.

LASU Revenue Account

Account Number: 1012677668

6.0     Submission:

All submissions for the projects, which should be in sealed envelope and marked “Invitation to Tender (Etf Projects)”, should be addressed to:

 

The Registrar

Lagos State University,

Badagry Expressway,

Ojo, Lagos State,

Submissions should be made either by hand OR delivered through Courier Service on or 18th October 2011 to.

 

Principal Assistant Registrar,

Council Matters Division,

Administrative Block II (Room 04),

Lagos State University,

Badagry Expressway,

Ojo, Lagos State.

Any submission after specified date will NOT be accepted

 

7.0     Opening of Pre-Qualification Documents

Pre-qualification envelopes will be opened at a date to be announced by the University to contractors/suppliers.

 

Note Please

That by the submission of pre-qualification documents, Lagos State University is Neither committed NOR obliged to award any contractor to any contractor/supplier.

 

Signed:

L. O. Anima Shaun, Esq.

Registrar

 

Invitation to Tender for the Purchase and Supply of Office Furniture and Equipment at Accident Investigation Bureau (AIB)

Accident Investigation Bureau (AIB),

P.M.B. 016, Murtala Mohammed International

Airport, Ikeja, Lagos.

 

Invitation to Tender for the Purchase and  Supply of Office Furniture and Equipment

A.      Introduction

In compliance with the Public Procurement Act 2007 and to ensure competitive bidding, the Accident Investigation Bureau (AIB), intends to re-advertise the contract for the furnishing and equipping of its new Laboratory Building, Consequently, the Bureau wishes to invite interested reputable companies to tender for the Purchase and Supply of Office Furniture and Equipment. The former advert on same tender remains invalid. Those who had earlier bided can however reapply.

 

B.      Eligibility/Requirements

Interested companies should submit the following documents

i.        Evidence of registration and updated status with the Corporate Affairs Commission (CAC)

ii.       Certified true copy of Memorandum and Articles of Association with CO2 and CO7

iii.      Evidence of remittance of Withholding Tax for the last three years 2008-2010/current Tax clearance certificates

iv.      Value Added Tax Registration Certificates with PIN/Past 3 years remittances.

v.       Company profile including the full address. E-mail and telephone numbers of the company and professional experience of key staff including their CV’s.

vi.      Name and address of banker(s) including a letter of reference from the bank.

vii.     Evidence of involvement/experience in similar jobs stating contract sum, copies of award letters, completion certificates must be enclosed.

viii.    Audited financial statements of the firm for the past three (3) years.

ix.      An affidavit confirming the authencity and genuineness of the documents submitted.

C.      Collection/Submission of Tender Documents.

The tender documents can be collected on payment of TEN THOUSAND NAIRA (N 10,000.00) only and submitted in (2) two hard copies and one soft copy in a flash drive to: Those that had bided earlier need not to pay the tender fees.

 

The Secretary,

Tenders Board,

Accident Investigation Bureau,

P.MB.016,

Murtala Mohammed Int’I Airport, Ikeja, Lagos.

 

D. Closing and Opening of Tender.

Submission of tenders shall close exactly on 4th October 2011 while the bids shall be opened by 12.00 noon the same day in the Laboratory building of the Bureau at the Murtala Mohammed International Airport, Ikeja, Lagos.

 

E.      Important Information:

1)      AIB reserves the right to verify the authencity of any claims made on the documents submitted by the companies.

2)      Failure to comply strictly with the instructions above and to provide any required documents may result in the disqualification of the company.

3)      AIB reserves the right to reject any or all of the bid documents.

4)      Original documents listed in item C above must be produced for sighting.

5)      Tender documents submitted after the closing date and time shall be rejected.

6)      AIB reserves the right to verify the company address/location in bid document.

 

Applicants are to note that the Accident Investigation Bureau shall not be held liable for the expenses incurred by them on their submission and that the Bureau shall evaluate the tenders and select the most responsive bid.

 

Signed:

Management

Construction and Rehabilitation of Roads at Ministry of Housing and Town Planning

Government of Zamfara State of Nigeria


Ministry of Housing and Town Planning


Request for Expression of Interest:

Road Construction and Consultancy Services

A) Introduction:

Zamfara State Government in pursuant of its Urban Renewal Programme is in the process of embarking on construction and rehabilitation of roads in some of the major towns in the State.

 

In order to excellently achieve this, the State Government is requesting for

Expression of Interest from Consultants for the supervision/monitoring of the road co on projects

 

B) Scope:

The consultancy will be supervision and monitoring of road construction projects in Gusau and Talata Mafara towns.

 

C)         Pre-Qualification Requirements:

To qualify for consideration, contractors are required to submit (2) sets of the following documents:

1.       A cover letter summarizing the EOI;

2.       Evidence of Incorporation;

3.       Current Tax clearance of the company, a minimum of two directors and evidence of remittance of PAYF for staff ;

4.       Evidence of VAT remittance;

5.       Comprehensive company profile indicating the CV of key personnel

relevant to the job, two of whom must be registered (COREN) Civil

Engineers;

6.       Verifiable   documentary evidence of similar consulting jobs successfully done within the minimum of the pass 5 years;

7.       Evidence of Compliance with the National Housing  Fund Act;

8.       Bank reference letter; and

9.       List of tool/equipment and types of method/technology to be used for the job.

D)      Submission of EOI:

Submission must be done through sealed envelopes and hand delivered at the address below between the hours 9.00 am and 4.00 am.

 

The envelopes marked “Expression of Interest for Road Construction Consultancy”, Failure to provide any of the listed documents or information may automatically disqualify the contractor. This notice and the ensuing qualification process neither creates any commitment by the Zamfara State Government nor establishes any legal relationship with the State Government.

 

 

The EOI is to be addressed and submitted to

The Secretary Tenders Committee

Office of the Honorable Commissioner

Ministry of Housing and Town Planning

Jibril Bala Yakubu Secretariat,

Gusau, Zamfara State,

For Further enquiries: Call 08165559555

E).     Deadline for Submission

To be submitted not later than 12 noon 4th September, 2011

 

Only consult firms that meet our requirements and are able to satisfactorily prove their competence would be considered

F).     Caveat

Please note that this is not an invitation to tender. Full tendering procedure will be provided only to consultants that successfully pre-qualify through this advertisement,

 

The State Government is not liable for any expense incurred by firms in response to this invitation.

 

The Zamfara State Government also reserves the right to accept or reject any submission, is not obliged to consider favourably any submission and to annul the selection process when unforeseen and justifiable developments warrant such action, without incurring any liability and assigning reasons thereof.

 

(Signed)

Permanent Secretary

 

Invitation for Pre-Qualification of Consultant, Contractors and Suppliers at Federal College of Education (Technical), Potiskum

Federal College of Education (Technical), Potiskum

Mohammed Idrissa Way, P.M.B. l013, Potiskum, Yobe State

(Provost Office)

E-mail: fcetpotiskum@yahoo.com

(College Procurement Unit)

Invitation for Pre-Qualification of Consultant, Contractors and Suppliers

The Federal College of Education (Technical), Potiskum wishes to utilize its 2011 capital allocation for the under listed projects (MDG).

In view of the above, the College hereby invites interested reputable consultants for the design and supervisory work, and suppliers for supply of equipment/furniture to express interest in the execution of the projects

The Projects

Lot  A. Rehabilitation Work

1.        Rehabilitation and furnishing of old Science Laboratories

 

Lot   B. Supply of equipment and furniture

1.       Purchase of utility vehicles

2.       Purchase and installation of sports equipment

3.       Provision and installation of solar powered street light on campus

4.       Provision of Education Technology teaching facilities

 

B.      Pre-Qualification Requirements

Interested competent consultants, contractors and suppliers wishing to be

Pre-Qualified must submit the following :-

1.       Evidence of registration with relevant professional bodies

2.       Evidence of registration with Corporate Affairs Commission

3.       Audited Accounts for three years 2008 2009, and 2010

4.       VAT Registration Certificate /evidence of past remittance

5.       Experience/Technical qualification with proof and key personnel (client period of completion, of contract sum and stage of completion.)

6.       List of equipment and technical capacity

7.       Bank reference and evidence of financial capacity

8.       Evidence of social services rendered to the College if any.

 

C.      Submission of completed Pre-qualification document

The completed Pre-qualification document must be in sealed separated envelopes for each lot. The lot should be clearly indicated on top left side corner of the envelope and the name of the company indicated at the other side of the envelope

The Pre-Qualification document must be addressed and submitted on or before 3rd October 2011 to:

 

The secretary, Tenders Board,

Federal College of Education (Technical),

P.M.B.I013,Potiskum,

Yobe State.

D.      Important Information

i.        Consultants contractors suppliers are to note the followings:-

This advertisement is not an invitation to financial bid document

 

ii.       Notwithstanding the submission of the pre-qualification, The Federal College of Education (Technical), Potiskum is neither committed nor obliged to include any company in any financial bid list or to award any contract to any company or agencies

 

iii.      The Federal College of Education (Technical), Potiskum will not enter into correspondence with any company or agent on why a company was Pre-qualified or not.

 

vi.      This advertise means of invitation to Pre-qualified exercise should not be construed as a commitment on the part of the Federal College of Education (Technical), Potiskum nor shall it entitle perspective companies to make any claims whatsoever and or seek any indemnity from the College.

 

v.       Full tendering procedures will be applied to tenders that are found prima facie qualified and capable of executing the listed projects

 

Signed:

Garha M. Lawan

Head, Procurement Unit

Invitation for Pre-Qualification and Tender of Contractor(s) for the Construction of Permanent Office Complex along Kano Road Maiduguri at Borno State Pilgrims Welfare Board

Borno State Government

Borno State Pilgrims Welfare Board

Invitation for Pre-Qualification and Tender of Contractor(s) for the Construction of Permanent Office Complex along Kano Road Maiduguri

 

Pre-Qualification Requirement

 

  • Evidence of experience as a major contractor on at least one project of similar nature and complexity within the last five years (5 yrs) stating clients, Cost with completion certificates and photographs attached.
  • Evidence of registration with the Corporate Affairs Commission.
  • Evidence of Tax Clearance of the last three years (3yrs).
  • Possess a substantial proportion of Construction equipment required to successfully execute the project/contract.
  • Certificate of registration of Tender with Borno State Government.
  • Cost to Building documents is non refundable fee of twenty five Thousand Naira only (N25,000.00) on sale at Borno State Pilgrims Welfare Board (BSPWB).

Submission

All documents of Tender in a sealed envelope should be sent to the Office of the Executive Secretary Borno State Pilgrims Welfare Board, Gomari Airport Junction, along Kano Road, Maiduguri. in  on or before 19th September, 2011).

 

Monday 26th September 2011, Opening of Tender

Signed

Executive Secretary

Borno State Pilgrims Welfare Board