Pre-Qualification of Contractors for Construction of Projects at University of Calabar

University of Calabar

Pre-Qualification of Contractors for the Construction of the Underlisted Projects

 

1.0 Introduction

The University of Calabar intends to embark on the construction of the following projects in the University using its Education Trust Fund normal intervention facility. Interested and reputable contractors with relevant experience are hereby invited to apply for pre-qualification to bid for the projects.

 

 

2.0     Scope of Work/Non-Refundable Pre-Qualification Fees

 

2.1        Construction of 500-Seat Twin Lecture Theatre, Faculty of Education Complex

The works consist of site clearing, concrete work, block work, structural steel trusses, carpentry and joinery, roofing, metal work and glazing, mechanical and electrical works, finishes, painting and external works. The non-refundable fee is N50.000.00 only.

 

 

2.2     Construction of Animal House for the College of Medical Science

The works include site clearing, sub-structure, super structure up to finishing and decoration of a bungalow and external works. The non-refundable fee is N50, 000.00 only.

 

 

 

3.0        Pre-Qualification Requirements

Only companies that can show evidence of the following documents should apply and complete the pre-qualification documents:

a)     Company Registration with Corporate Affairs Commission,

b)    Company Tax Clearance Certificate for the last three (3) years;

c)     VAT Registration;

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

e)     Evidence of registration with the University;

f)      3 (three) years (2008-2010) audited accounts for the company, inducing company profile, experience/Technical qualification of key personnel/Professional regulatory bodies (ie ARCON, COREN, CORBON & QSRBN as appropriate) – photocopies of academic & professional registration certificates must be attached;

g)     Evidence of at least three (3) similar jobs executed (in the last five years) with their locations, Letters of Commission, job completion certificates and contract sums;

h)    Details of plants and equipment including machineries owned or to be hired and

i)       Evidence of payment of relevant pre-qualification leas at the Bursary Department of the University.

  • Companies without the documents listed in 3 (a) to 3 (d) apply as they Will be disqualified ab initio.
  • Seven (7) copies of the pre-qualification requirements should be prepared and bound in the order listed above with a table of contents

 

 

4.0        Mode of Payment of Pre-Qualification Fees

The pre-qualification fees specified should be paid by bank draft raised in favour of the University of Calabar, and presented to the Bursary Department of the University which would issue a receipt for the payment.

 

 

5.0        Pre-Qualification Documents

Pre-qualification documents are obtainable on or before 15th July, 2011 between 10.00 am and 3.00 pm each day from:

 

The Director of Physical Planning

University of Calabar

Calabar

 

On the presentation of the receipt for payment of the pre-qualification fee

 

 

6.0        Submission of Pre-Qualification Documents

Completed documents, which must be sealed and marked with the title of the project on the top left-hand comer of the envelop should be dropped in a tender box in the office of:

The Registrar

University of Calabar

Calabar

Not later than 11th July , 2011 ,

 

 

7.0         Opening of Pre-Qualification Documents

Opening of the documents shall take place on the closing date for the submission of pre-qualification documents. The venue will be the Senate Chambers of the University.

 

Only successful pre-qualified contractors will be invited to tender

 

 

NOTE: Companies should note that the pre-qualification exercise is not an invitation to tender or bid and does not create any commitment by the University to any company.

Invitation for Pre-qualification to Tender at Usmanu Danfodiyo University, Sokoto

Usmanu Danfodiyo University, Sokoto

(Office of the Registrar and Secretary to Council)

Invitation for Pre-qualification to Tender

1.0     Introduction

The Usmanu Danfodyo University, Sokoto hereby invites bids for pre-qualification to tender from competent, reputable and interested contractors who which to participate in the execution of projects appropriated for the University under the 2011 Capital Appropriation.

 

2.0     Scope of Projects

The projects to be executed are as follows:

S/No Project Description
1. Furnishing  of Pharmaceutical Sciences – Phase I
2. Furnishing of School of Medical Laboratory Sciences – Phase II
3. Furnishing of Additional Office Block for Faculty of Social Sciences
4. Furnishing of Additional Office Block for Faculty of Education & Extension services
5. Supply and Installation of Teaching and Research Equipment.

 

3.0     Pre-qualification Requirements

Prospective contractors who wish to participate in the execution of the projects are required to submit their pre-qualification bids containing the underlisted documents in clearly marked envelopes to the  Office of the Registrar and Secretary, Tenders Board, on or before 13th July, 2011.

(a)     Certified true copy of certificate of registration/incorporation with the Corporate Affairs Commission

(b)     Certified true copy of company’s Tax Clearance Certificates for the last three years and VAT registration

(c)      Evidence of current registration with the University

(d)     Evidence of financial capability to execute the project(s), e.g audited accounts for the last three (3) years and a letter of reference from their bankers;

(e)      Evidence of similar and verifiable projects successfully executed by the contractor indicating locations, letters of award and completion certificates in the last five years;

(f)      List of major items of equipment possessed by the contractor

(g)     List of managerial, technical and administrative staff of the contractor; and

(h)     Evidence of payment of staff pension contributions to the National Pension Commission (PENCOM).

 

4.0     Submission of Documents

The completed pre-qualification documents must be submitted in separate sealed envelopes, with the names of the projects for which the documents are submitted, marked clearly on the envelopes pre-qualification documents should be addressed to:

 

The Secretary

Tenders Board

Registry Department

Usmanu Danfodiyo University

P.M.B 2346

Sokoto.

 

5.0     opening of Bids

The bids will be opened at 12.15pm on the closing date of this invitation (13th July, 2011). Only pre-qualified contractors will be invited to tender for projects. Any contractor interested in more than one project should submit  a separate envelop for each of the projects.

 

Signed

Usmaru U. Bunza

Registrar & Secretary to Council.

 

 

 

IFP Supply of Gold Circle Inserts at Society for Family Health

Society for Family Health

Invitation for Pre-Qualification

The Society for Family Health (SFH) is one of the leading public health NGOs in Nigeria, implementing programmes aimed at improving Reproductive Health, HIV and AIDS prevention, and Maternal and Child Health, SFH works in partnership with the Federal and State Government of Nigeria, the United Kingdom Department for International Development (DFID), the United States Agency for International Development (USAID) and other international donors.

 

 

Society for Family Health, on behalf of United Kingdom Department for International Development, intends to prequalify interested organisation(s)/person(s) to pre-qualify for the printing and supply of Gold Circle Condom Inserts, The materials will be delivered to our Ikeja, Lagos warehouse. The criteria below shall be used as basis for Pre-Qualification:

 

Interested organizations should submit evidence of the following

  • Certificate of company registration
  • Audited financial accounts for last 2 years
  • Tax Payment for the last three (3) years
  • Capability statement
  • Technical capability and track records, and evidence or experience with this type of contract must be included in the tender.
  • Bidders must have printing facilities in Nigeria

 

 

 

Mode of Application

On the receipt of your tender, SFH will provide to pre-qualified applicants a Request for Quotation (RFQ) with a detailed description and sample of the insert.

 

The tender for pre-qualification should reach our office address below, on or before 5:00 p,m. Monday, 21st July, 2011. Please label the top right hand corner of the envelope “IFP Supply of Gold Circle Inserts”, and address envelop to:

Deputy Director, Procurement

Society for Family Health,

No. 8 Port Harcourt Crescent,

Off Gimbiya Street,

Area 11, Garki, Abuja,

 

Please be advised to use the earliest possible means of sending the letter of expression to our office as late applications will not be accepted.

Invitation for Bids (IFB) at Nigerian Institute of Animal Science

 

Nigerian Institute of Animal Science

No. 6 Salt Lake Street, Off Gana Street, Maitama, P. O. Box 15656,

Wuse, Federal Capital Territory, Abuja.

Invitation for Bids (IFB)

PROJECT (A1-A2 and B1)

Invitation for Bids for Consultancy Services and Goods: Accreditation of Animal Science Programmes Phase 3, Development of Mandatory Continuing Professional Education Programmes Phase 2 and Centres of Excellence Laboratories, Phase 3.

 

Introduction

The Nigerian institute of Animal Science (NIAS) intends to execute its approved Capital Projects for the year 2011. The Institute therefore is inviting competent, reputable and interested Consultants/Contractors to submit bid/tender for the following projects:

 

1.0     PROJECT A: CONSULTANCY

Lot 1-2:

Lot 1:          Accreditation of Animal Science Programmes, Phase 3

Lot 2:          Development of Mandatory Continuing Professional Education Programmes, Phase 2

2.0     PROJECT B: GOODS

Lot l:           Centres of Excellence Laboratories, Phase3

 

3.0     Terms of Reference

3.1. Consultancy

Lot l: Accreditation of Animal Science Programmes, Phase 3:

  • The Consultant shall organize Resource Verification visits to the selected universities offering Animal Science programmes in Nigeria.

 

The universities are:

S/N Geo-Political Zones Universities
1 North West 1. Ahmadu Bello University, Zaria, Kaduna State.

2. Bayero University, Kano,   Kano State.

2 North East Zone 1. University of Maiduguri, Maiduguri, Borno State.

2.  Abubakar Tafawa  Balewa University of  Technology, Bauchi, Bauchi State.

3 North Central Zone 1. Federal University of Technology, Minna, Niger State

2. University of Agriculture, Makurdi, Benue State

4 South West Zone 1. University of Agriculture, Abeokuta, Ogun State

2.  University of Ibadan, Ibadan, Oyo State

5 South East Zone 1. University of Nigeria, Nsukka, Enugu State

2. Michael Okpara University of Agriculture, Umudike, State.

6 South-South Zone 1. University of Calabar, Calabar, Cross River State

2. University of Benin, Benin, Edo State

  • The duration for the project shall not exceed 3 (three) months from the date of signing contract agreement,
  • Bidding Consultants must present concept, methodology, benefits, time frame and bidding cost

 

Lot 2: Development of Mandatory Continuing Professional Education Programmes, Phase 2:

  • The Consultant shall organize the NIAS series II Mandatory Continuing Professional Education programmes (MCP) in selected centers across the country.

 

The centers are:

1.       Kaduna, Kaduna State

2.       Ibadan, Oyo State

3.       Anyigba, Kogi State

4.       Enugu, Enugu State.

 

The lectures for each of the location shall be on:

1.    Poultry Health

2.    Financial Accounting (Feasibility Studies)

3.    Domestic Biogas Production.

 

  • The duration for the project shall not exceed 3 (three) months from date of signing of the contract agreement.
  • Bidding Consultants must present concept, methodology, benefits, time frame and. bidding cost.

 

3.2     GOODS

Lot 1:                   Centres of Excellence Laboratories Phase 3:

To supply/deliver and install where necessary, the following specific required Laboratory equipment at the designated Centres of Excellence laboratories:

 

S/N Items Quantity Delivery/Installation Points
1 Khedjahl Protein Analyzer Distillation unit. 4 nos. Maiduguri, Zaria, Ibadan , and Nsukka
2 Khedjahl Protein Analyzer Digital Titration unit. 4 nos. Maiduguri, Zaria, Ibadan , and Nsukka
3 Carton of 20 digestion tubes of Khedjahl Protein Analyzer. 4 nos. Maiduguri, Zaria, Ibadan , and Nsukka
4 Maintenance kits for distiller. 4 nos. Maiduguri, Zaria, Ibadan , and Nsukka
5 Automatic dispenser 4 nos. Maiduguri, Zaria, Ibadan , and Nsukka
6 Complete Khedjahl Protein Analyzer Apparatus; (Digestion unit. Distillation unit. Digital Titration unit, Automatic dispenser, carton of 20 digestion tubes for Khedjahl Protein Analyzer and Accessories). 1 nos. Benin

 

  • The Contractor shall train staff at the centres on the operation of these equipment.
  • The duration for the project shall not exceed 12 (twelve) weeks from the date of signing contract agreement

 

4.0     Tender Requirements:

1.       The execution of the above projects, Consultancy and Goods will be conducted in accordance with procurement Act 2007 at its applicable guidelines, e.g.

Interested Consultant/Contractor must present the following:

  • Certification of Incorporation/Business Regulation with Corporate Affairs Commission (CAC) of Nigeria, Including Articles and Memorandum of Association of the Company and up to date Annual Return with CAC (form CO2 and CO7 to be included).
  • Copy of Tax Clearance Certificate for the last three (3) years with TIN (Tax Identification Number)
  • Value Added Tax (VAT) Registration Certificate
  • Evidence of compliance with Pension Reform Act 2004.
  • Audited account of bidder for the last three (3) years duly endorsed by a firm of Chartered Accountants
  • Verifiable evidence and list of satisfactory similar jobs carried out for government agencies or private sector within the past three years stating values, evidence of award and completion (Project B, Lot 1).
  • Company resume, Including profile of at least four key Technical staff with the required skill/experience to be deployed for the execution of the contract. (For Project A, Lots 1-2, must be Registered Animal Scientists (RAS).
  • The bid security for each lot shall be 2% of the bid price in certified cheque/draft from a reputable bank Insurance bond not accepted)
  • Consultants are expected to comply with the guidelines for the selection of individual Consultants as consultants as in the BPP standard request for proposal in their presentation and reports (Project A: Lot 1- lot 2)

2.  All submissions and claims are subject to verification as companies with false claims/submissions will be disqualified

5.0     Collection of Tender Documents

All interested Consultants/Contractors are expected to collect bid documents from June 29, 2011 from:

Procurement Office

Nigerian Institute of Animal Science

No 6 Salt Lake Street, Off Gana Street,

Maitama, Abuja.

 

Upon payment of non refundable tender fee of N10,000.00 (Ten Thousand Naira) only in certified bank draft made payable to the Nigerian Institute of Animal Science. The name of your organization should be written at the back of the draft. Please note that acceptance of bank draft for bidding documents shall end on or before 3rd August 2011, by 12.00 pm.

 

6.0        Submission of Proposal

  • Consultants/Contractors are expected to respond to this advert, simultaneously with the Technical and Financial bids in separate envelopes clearly marked with the appropriate Project Lot No. at the top right hand corner. However only bidders which meet the qualification criteria will their financial bids be considered.
  • The bids (Technical and Financial) should be submitted sealed in an envelope and addressed to:

The Registrar

Nigerian Institute of Animal Science

No. 6 Salt Lake Street. Off Gana Street,

Maitama, Abuja

Bid document should be submitted at the Nigerian Institute of Animal Science Headquarters, No. 6 Salt Lake Street, Maitama, Abuja, on or before 3rd August 2011, 12.00pm

 

  • All prices should be quoted in Naira.
  • All Consultants/Contractors shall bear all costs associated with the preparation and submission of its tender; the tender board shall not be responsible or liable for those costs, regardless of the conduct or outcome of the tendering process
  • Any Consultant/Contractor or company who fall to submit the required documents will not be considered and also bid document submitted after the submission date/time will be rejected
  • All bids must be sealed and dropped in tender box at the reception area of the Institute’s Secretariat. Abuja on 9th August 2011
  • The deadline for submission of all tenders is on or before 3rd August 2011, 12.00pm

7.0     Bid Opening

Opening of bid document shall be carried out at exactly 2.00pm on August 3, 2011 and all qualified Consultants/Contractors are expected to be physically present or be represented by persons with the requisite authority at the Institute’s Headquarters on 3rd August 2011 for opening of bids by 2.00pm

 

8.0     Enquiries:

8.1     All enquiries on the advertisement are to be directed to:

 

The Registrar

Nigerian Institute of Animal Science

No. 6 Salt Lake Street, Off Gana Street,

Maitama, Abuja.

Signed

REGISTRAR

Procurement and Installation of Equipment at Kaduna Polytechnic

 

Invitation for Bids (IFB)

Federal Government of Nigeria

Federal Ministry of Education

 

Kaduna Polytechnic

Science and Technology Education Post Basic (Step-B) Project

(Centre for Solid Minerals Research and Development)

CR 4304 UNI

Procurement and Installation of Equipment Step-B/CoEx Solid Minerals/NCB/02/1

Issuing date of the IFB: 28th June, 2011

1.    This Invitation for Bids follows the General Procurement Notice for this project that appeared in Development Business, issue no. 591 of 2nd July,  2007

 

2.    The Federal Government of Nigeria has received a credit from the International Development Association (IDA) toward the cost of Science and Technology Education Post Basic (STEP-B) Project, and it intends to apply part of the proceeds of this credit to payments under the agreement(s) resulting from this IFB: STEP-B/CoEx SOLID MINERALS/GSD/NCB/02/1

 

3. The Kaduna Polytechnic, Kaduna Science and Technology Education Post Basic (STEP B) Project serves as the implementing agency for the project and now invites sealed bids from eligible Bidders for Procurement and Installation of IT Equipment for E-Classrooms at Kaduna Polytechnic, Kaduna, Nigerian Institute of Mining and Geosciences, Jos, Federal University of Technology, Yola, The Federal Polytechnic, Nekede-Owerri, and The Federal Polytechnic, Nasarawa

 

 

Lot No. Item Description Qty Bid Security Delivery Period Location
1A

 

 

 

 

B

 

 

 

C

 

Supply and Installation of IT Equipment for e-Classroom for Research, Teaching and Learning

 

Supply and Installation of IT Equipment for Center

e – Library/ Laboratory

 

Supply and Installation of IT Equipment for Center  Offices

 

12

 

 

 

 

12

 

 

 

4

At least 2.5% of bid price

 

 

At least 2.5% of bid price

 

At least 2.5% of bid price

 

60 days Kaduna Polytechnic, Kaduna
2 Supply and Installation of IT Equipment for Research, Teaching and Learning 12 At least 2.5% of bid price

 

60days Nigerian Institute of Mining and Gesciences, Jos
3 Supply and Installation of IT Equipment for Research, Teaching and Learning 12 At least 2.5% of bid price

 

60days Federal University of Technology Yola
4 Supply and Installation of IT Equipment for Research, Teaching and Learning 12 At least 2.5% of bid price

 

60days The Federal Polytechnic, Nasarawa
5 Supply and Installation of IT Equipment for Research, Teaching and Learning 12 At least 2.5% of bid price

 

60days The Federal Polytechnic,

Nekede, Owerri

 

4.       Bidding will be conducted using the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, edition of May 2006 and is open to all eligible Bidders as defined in these Guidelines, that meet the following minimum qualification criteria:

 

a.       Must have completed at least 2 successful contracts involving Computers supply and provision of technical Support of comparable scale to Purchaser’s needs

b.       To demonstrate experience in installing and managing Computers and Accessories

c.      To show Financial Viability, and to demonstrate annual turnover and liquidity of at least a minimum acceptable figure for 3 years. A reasonable annual cash flow of at least 5 times the estimated proposed contract

 

5.       Interested eligible Bidders may obtain farther information from Project Manager and inspect the bidding documents at the address given below from 8.00am to 4:00pm excluding public holidays.

 

6.       A complete set of hard copy bidding documents in English Language may be purchased by interested Bidders on submission of a written application to the address below and upon payment of a nonrefundable fee of Ten Thousand Naira (N10, 000.000) only or $80 (Eighty United States Dollors) only. The method of payment will be in Bank Draft in favor of Science and Technology Education Port Basic (STEP-B) CoEx Solid Minerals Project, Kadana Polytechnic, Kaduna. The document will be collected by representative of the bidder or by courier service on request

7.       Bids must be delivered to the address below at or before 12:00 noon 28th of July, 2011 Bids need to be secured by a Bid Security from a reputable Bank” and the amount of Bid Security required is 2.5%. Electronic bid will not be permitted. Late bids will be rejected. Bids will be opened in the presence of Bidders’ representatives, who choose to attend at the address below on or before 28 July, 2011 by 12:00 noon.

8.       The attention of prospective Bidders is drawn to (i) the fact that they will be required to certify in their bids that all software is either covered by a valid license or was produced by the Bidder and (ii) that violations are considered fraud, which can result in ineligibility to be awarded Work Bank-financed contracts.

 

9.       The address referred to above is:

The Project Manager,

Science and Technology Education Post Basic (STEP-B) Project

Kaduna Polytechnic Main Campus

P.M.B 2021, Kaduna

Kaduna State, Nigeria.

 

Tel: +234 8037619719

E-mail: stepbkadpoly@yahoo.co.uk