Invitation for Pre-qualification of Contractors for 2011 Capital Projects at National Institute for Educational Planning and Administration, Ondo

National Institute for Educational Planning and Administration, Ondo

Km4 Laje Road, P.M.B 562, Ondo

Invitation for Pre-qualification of Contractors for 2011 Capital Projects

Introduction:

The National Institute for Educational Planning and Administration  (NIEPA) is a Parastatal of the Federal Ministry of Education charged with the responsibility of building the capacity of Education Sector Planners and Managers.

In pursuance of the policy objectives of the present Government, the Institute, as part of its mandate, is undertaking various projects in the year 2011 within its area of operation. Therefore reputable and interested companies are hereby invited to apply   for participation in the tender process for the execution of the following categories of works:

1.0     Projects to be executed

Lot 1:         Training of Unity School Education Managers Nationwide on Whole School Development Planning.

Lot 2:         Purchase of Library Books and setting up e-Library.

Lot 3:         Purchase of Computers/Desktops/Laptops

Lot 4:         Purchase of Training Equipment

Lot 5:         Purchase of Furniture items

Lot 6:         Furnishing of Education Technology Centre

Lot 7:         Equipping of Education Technology Centre.

2.0              Pre-Qualification Requirements:

Prospective contractors are required to submit the following pre-qualification

documents.

 

(a)               Evidence of Incorporation or a Business Name Registration with Corporate Affairs Commission

(b)               Evidence of payment of 3 years Tax Clearance Certificate (2008, 2009, 2010)

(c)               Evidence of Financial Capacity (Preamble of previous contracts executed, under execution of bank statement)

(d)               Equipment and Technology Capacity

(e)              Evidence of compliance with Section 16(6)(d) of Public Procurement Act, 2007

(f)                Evidence of execution of similar contracts

 

3.0              Guidelines on Submission

All pre-qualification documents are to be neatly bound and sealed with wax in a

separate envelope and marked at the top with title of the project and addressed to:

The Director-General/CEO

National Institute for Educational

Planning and Administration (NIEPA),

Laje Road, Ondo

Ondo State

 

Pre-Qualification documents should be dropped in the Tender Box in the office of \

the Director-General/CEO not later than 17th August, 2011 Late  submission shall

be rejected.

 

4.0              Opening of Pre-qualification Packages:

 

Pre-qualification submission will be opened at 1:00pm in the Conference Hall on

the closing date which is 17th August, 2011, at the premises of NIEPA, Ondo, in

the presence of the Bidders or their Representatives who choose to attend.

Signed

Dr Peter Kolawole Ojedele

Director – General/CEO

 

Invitation for Technical and Financial Bidding for year 2010 ETF-BOT Special Intervention Project at Federal College of Education

Federal College of Education,

P.M.B 2041 Katsina

 

Invitation for Technical and Financial Bidding for year 2010 ETF-BOT Special Intervention Project

 

A.     Introduction:

The Federal College of Education, Katsina intends to execute the under listed Projects under the Year 2010 ETF-BOT Special Intervention Projects as follows:

 

i.        Procurement of Various Teaching Equipment for Schools of Education, Arts & Social Sciences and Vocational £ Technical Education.

ii.      Procurement of Various Teaching Equipment for the College Library and The Schools of Languages, Sciences and Undergraduate Studies.

 

B.     Technical Requirements:

Interested experienced and reputable Contractors are hereby invited to submit the following documents for the above Projects in order to qualify for Technical Assessment along the bidding:

a.       Certificate of Incorporation or Registration with Corporate Affairs Commission,

b.      Company Audited Account for the last 3 years,

c.       Tax Clearance Certificate for the last three years (3) (2008-2010)

d.       Evidence of Pension and Social Security Contributions for companies

with five or more permanent members of staff,

e.       Evidence of financial Capability and Banking Support.

f.       Company Profile including Curriculum Vitae of the key personnel,

g.       Similar Projects executed and evidence of knowledge of the industry (please attach copies of award letters for on-going projects and completion

certificates for completed Projects)

h.       Any other additional information that may enhance the chances of the company

 

 

C.      Financial Requirements:

All Contractors that made submissions for re-qualification are hereby invited to obtain the Contract Documents at the Office of the Head of Procurement Department of the College on payment of non-refundable Tender processing fees of Sixty Five Thousand Naira Only (N65,000.00) per project.

 

 

D. Submission of Technical and Financial Bidding Documents:

Technical and Financial Bidding document should be submitted in separate sealed enveloped marked at the top left hand comer with the name of the Project and type of submission (eg. Technical or Financial) addressed to:

The Head,

Procurement Department,

Federal College of Education,

P.M.B 2041, Katsina.

 

To reach him on or before 12:00noon the Closing Date of 15th August, 2011. Late submissions will not be considered under any circumstances.

 

All Submissions received shall be publicly opened at 12:01pm on the closing date in the College Board Room. Contractors should be ready to produce original copies of the documents submitted if requested

 

Contractors that make submissions or their representatives are advised to attend the opening exercise. However, only Financial Bidding Documents of Pre-qualified contractors will be analyzed for possible award of the contract.

 

Signed

Alh. Abdullahi Abubakar

Registrar

Pre-Qualification of Contractors at Benue State University, Makurdi

Benue State University, Makurdi

(Office of the Registrar

 

Pre-Qualification of Contractors

 

1.0     The Benue State University wishes to Pre-qualify Contractors for the construction of the Information and Communication Technology (I.C.T.) Centre.

 

2.0     Applications are invited from interested and capable contractors/companies who wish to be pre-qualified to execute the project.

 

 

Pre-qualification criteria

Interested constructors/companies are required to meet the following pre-qualification criteria:

 

(i)      Evidence of Registration with the University as a contractor;

(ii)     Certificate of company incorporation;

(iii)    Tax clearance certificate for three preceding years;

(iv)    Evidence of experience in executing works of similar nature to the aspect contractor wishes to be pre-qualified;

(v)     Letter from bankers testifying to the financial standing of company.

(vi)    Audited company accounts for the last 3 years;

(vii)   Evidence of registration of company with Pension Administrators and payment of contributions of staff.

4.0     Submission of Pre-qualification documents

All pre-qualification documents are to be submitted in sealed envelopes addressed to:

The Registrar,

Benue State University

Makurdi

 

Not later than 5th August, 2011

Signed:

T.I. Utile PH.D

Registrar

Expression of Interest by Consultants at University of Calabar

University of Calabar

Calabar

Expression of Interest by Consultants

 

1.0       Preamble

The University of Calabar is descrious of designing and preparing contract documents for the Office Building for the Faculties of Clinical Sciences and Allied Medical Sciences, College of Medicine using its year 2011 Capital Appropriation.

 

 

Accordingly, competent consultants with relevant experience are invited to submit an “Expression of Interest” application for the projects.

 

 

2.0      Requirements

Interested consultants are expected to submit a formal application accompanied by the following documents in seven (7) bound volumes with table of contents and Page Numbers in the order listed below:

(a)     Evidence of registration with the Corporate Affairs Commission (CA)

(b)     Company Tax Clearance Certificate for the past three (3) years, 2008,2009 and 2010;

(c)      VAT Registration;

(d)     Evidence of company’s registration with National Pensions Commission for Contributory Pensions scheme for staff in accordance with Pension Reform Act 2004;

(e)      Evidence of registration of the firm and key personnel with relevant professional bodies (ARCON, CORBN, QSRBN and Others);

(f)      Evidence of registration with the University;

(g)     Audited Accounts for the last three (3) years; 2008, 2009 and 2010;

(h)     Detailed company profile including the list of key staff with their curriculum vitae and relevant positions (photo-copies of academic and Professional Certificates must be attached);

(i)      Evidence of previous experience in executing projects of similar nature and magnitude in Nigeria, stating client and cost (to be in the form of valid consultancy agreements and any other relevant documents including photographs of projects on A4 paper).

 

  • Companies without the documents listed in 2 (a) to (e) above need not apply they will be disqualified ab initio,

 

31      Submission of Application

All applications and supporting documents must be submitted in a sealed envelop and clearly marked “EXPRESSION OF INTEREST BY CONSULTANTS FOR “name of Project” and the envelop should be addressed to:

The Registrar

University of Calabar

Calabar

Cross River State.

 

The envelop should be dropped in a tender box at the address above not later than 11th August, 2011.

 

4.0      Opening of Application

The application / documents shall be opened in the Senate Chambers of the University on the closing date at 3.00 pm. Authorised and/or accredited representatives of firms are strongly advised to attend the opening session.  Only selected companies/firms shall be further contacted

 

 

 

Note:

More information on the project could be obtained from the Office of the Director of Physical Planning University of Calabar between 10:00.am and 3:00p.m. Daily,

 

The University will only deal with authorized officers of the Consultancy firms;

 

This advertisement for Expression of Interest (EOl) by Consult design of the project should not be construed to be a commitment of the part of the University to undertake the project nor shall it entitle Consultants to make any claims whatsoever and or seek indemnity from the University.

Signed

Dr. (Mrs) Julia D. Omang

Registrar

Invitation for Pre-Qualification and Tender Exercise of Contractors/Suppliers/Manufacturers for Supply and Stallation of Equipment and Furniture for College of Medicine Education Trust Fund (ETF) Projects at University of Ado-Ekiti

University of Ado-Ekiti,   Nigeria

P.M.B. 5363, Ado-Ekiti

www.unad.edu.ng

 

Invitation for Pre-Qualification and Tender Exercise of  Contractors/Suppliers/Manufacturers for Supply and Stallation of Equipment and Furniture for College of Medicine Education Trust Fund (ETF) Projects

 

1.0 Introduction

In line with the requirements for due process for award of contracts for capital projects, the University of Ado-Ekiti wishes to invite competent / qualified contractors / suppliers / manufacturers to pre-qualify and tender for.

 

LOT A

i.        Procurement of Physiology Laboratory Equipment

ii.       Procurement of Various Equipment for the Department of Anatomy

iii.      Procurement of Various Laboratory Equipment for the Department of Medical Biochemistry.

iv.      Procurement of Various Laboratory Equipment for the Department Of

Pharmacology

 

 

LOT B:

Procurement and Installation of 300kva Perkins Engine Generating Set.

LOT C:

Procurement and installation of Lecture Room Collapsible Seats and Tables

LOT D:

Supply and Installation of Laboratory Furniture, Fittings and Fixtures for College of Medicine

2 .0 Pre-Qualificat10n Requirements

Interested contractors are invited to submit the following documents:

i.        Evidence of registration with the Corporate Affairs Commission

ii.       Evidence of registration as contractors with University of Ado-Ekiti.

iii.      Evidence from the companies” bankers as to their financial capacity / capability to undertake the project.

iv.      Evidence of tax clearance certificate for the last three years (State and Federal),

v.       Evidence of VAT payment.

vi.      Evidence of presence of company in Ekiti State,

vii.     Evidence of qualified technical and professional staff,

ix.      A comprehensive company profile to include evidence of execution of similar jobs in academic environment. (Provide letter of award of Contract and completion certificate for each of the projects.)

x.       Evidence of pension scheme for company staff

 

 

NOTE: Documents are to be arranged and submitted as itemised in (i) – (x) above. For LOT A, the following are the prerequisites

i.        Evidence of Managing Director of interested companies being in medical profession or allied professions

ii.       Letter of collaborate’ evidence of partnership with foreign manufacturers/suppliers

iii.      Evidence of previous importation of medical training equipment.

 

 

NOTE: Firms without these qualifications need not apply

 

3.0 Verification of Claims

Interested contractors must note that the University of Ado- Eki reserves the right to verify claims made in the pre-qualification documents submitted by them.

 

4.0 Pre-Qualification and Tender Fees

Contractors are to pay a non-refundable processing fee of N50.000 for LOT A and N20, 000 each for LOT B to D. The fee should be paid in bank draft and addressed to the University of Ado- Ekiti

 

 

5.0 Submission of Documents

i.        The pre-qualification applications with all the required supporting documents should be neatly packaged, bound and forwarded in sealed envelopes and marked at the top left corner for example: “The University of Ado-Ekiti Project: Pre-qualification for the Supply and Installation of Equipment and furniture for College of Medicine LOT A OR B OR C OR D

ii.       The completion Tender document collected from Physical Planning Department, University of Ado-Ekiti must be sealed in an envelope marked Tender document for the supply and installation of equipment and furniture for College of Medicine LOT A OR B OR C OR D

 

 

The companies submitting the Pre-qualification and Tender Document should

write the name and mobile phone number of a contact person at the bottom left

corner of the TWO envelopes. This will allow for prompt communication

The Pre-qualification and Tender Documents must reach the University not later than Thursday, 11th August, 2011 by 10a.m.

 

 

Please note that:-

i.        The pre-qualification and Tender papers will be opened on Thursday, 11th August, 2011 by 11 .00a.m in the Senate Chamber of the University. All those who would have submitted their documents by the deadline are hereby invited to the meeting for the opening of the Pre-qualification and Tender documents

 

ii.       Only the Tender Documents of pre-qualified contractors will be opened.

 

iii.      The two parcels (Pre-qualification and Tender) should be addressed to:

The Registrar,

University of Ado-Ekiti,

P.M.B. 5363, Ado-Ekiti, Nigeria.

 

iv.      It is hereby emphasized that current registration with the Corporate Affairs Commission Abuja and the University of Ado-Ekiti are compulsory and non-negotiable

v.       Contractors/suppliers/manufacturers are expected to adhere strictly to ALL as non-compliance may constitute a ground for disqualification.

 

Signed:

Omojola Awosusi, Ph.D.

Registrar