Invitation for Pre-Qualification to Tender and Full Tender at Delta State University, Abraka Campus

Delta State University

Abraka Campus

(Office of the Vice-Chancellor)

 

TETFUND 2013 Special Intervention Projects

 

Invitation for Pre-Qualification to Tender and Full Tender

 

The Delta State University, Abraka Campus is hereby inviting interested competent contracts to bid in the pre­tender qualification and financial bidding exercise for its TETFUND Year 2013 Special Intervention Projects as follows and pre-tender fees payable ofN20.000.00 each;

 

1. LOT 1: Procurement and installation of Solar System.

2. LOT 2: Procurement of Toyota Coaster Buses.

 

2.0 Pre-Qualification Requirements:

Interested contractors are invited to submit the following pre-qualification documents;

i)     Evidence of Registration with Corporate Affairs Commission.

ii)    Tax Clearance Certificate for the last three (3) years.

iii)   Evidence of Registration with PENCOM.

iv)   Evidence of Registration with ITF.

v)    Company profile with list of names of key personnel officers to be involved in the project.

vi)   List of plants and equipments.

vii)  Verifiable list of similar and other jobs successfully executed with the locations., including copies of letters of award and completion certificates.

viii) Audited Account of the Bidder for the last three years,

3.0 Collection of Bids

Detailed specifications and blank bills are to be collected from the Works, Physical Planning and Development Department upon payment of the non-refundable processing fee prescribed above.

4.0 Submission of Pre-Qualification/Tender Documents

The bidding documents (both technical and financial bids) are to be submitted at the same time but in separate sealed envelopes clearly marked PRE-QUALIFICATION DOCUMENT FOR PROCUREMENT OF……………………………. at the top left corner indicating the projects and addressed to the Office of:  The Registrar, Delta State University, Abraka Campus, Delta State not later than 25th July, 2013. All bids will be opened at 2:00pm on the 25th July, 2013 in the University’s Council/Senate Chamber in the presence of the bidders or their representatives.

Note:

Only pre-qualified bidders will have their financial bids opened.

The University is not bound to accept tender sent by courier or post and that this advertisement shall not be construed to be commitment on the part of University to award any form of contract to your company and only pre-qualified bids will have their tender bids analyzed.

Signed:

Registrar

 

Invitation for Pre-Qualification and Tender Exercise of Contractor for Supply of Books, Journals, Shelves, Reading Chairs, ETC to the University Library at Ekiti State University, Ado-Ekiti

Ekiti State University, Ado-Ekiti

P.M.B. 5363, Ado-Ekiti

Website: www.eksu.edu.ng

Invitation for Pre-Qualification and Tender Exercise of Contractor for Supply of Books, Journals, Shelves, Reading Chairs, ETC to the University Library

Introduction

In line with the requirements for due process for award of contracts for TETFund projects, the Ekiti State University, Ado – Ekiti wishes to invite competent/qualified Contractors to pre-qualify and tender for:

 

Lot l. A Supply of Text Books (Education) –         List 1
Lot 1. B Supply of Text Books (Science) –         List 2
Lot 1. C Supply of Text Books (Agric Sciences) –         List 3
Lot 1. D Supply of Text Books (Management Science) –         List 4
Lot 1. E Supply of Text Books (Social Sciences) –         List 5
Lot 1. F Supply of Text Books (Arts) –         List 6
Lot 1. G Supply of Text Books (Engineering) –         List 7
Lot 11. A Supply of Journals (Medical) –         List 1
Lot 11. B Supply of Journals (Assorted) –         List 2

Lot III         Supply and installation of 40 units of double-sided steel shelves 7ft 6ins high by 3ft wide by 16ins deep each with 12 shelving  levels with top down and side panels and range indicators

Lot IV         Supply and installation of 16 Units steel periodicals Display Rack with 5 sloping Display Trays and storage compartments.

Lot V          Supply of 1000 Units of Fibre foldable Reading Chairs

Lot VI         Supply of 9 Units of Steel Cabinet (4 Drawers and Security Lock)

Lot VII        A   5upply of 210 nos of Exotic Reading Chairs

Lot VII B    Supply of 5 nos of Exotic Office tables (cherry Colour) 2 CBN with 6 Drawers.

Lot VII C    supply of 3 nos of Exotic Office Tables (Cherry Colour) 1CBN with 3 Drawers

Lot VII D    Supply of 1 no of Senior Exotic Table (2m with extension)

Lot VII E    Supply of l no of Senior Exotic Table (1.5m) with Extension

Lot VII F    Supply of 2 nos of Senior Exotic Revolving Chairs (PFOS802)

Lot VII G    Supply of 8 nos of Exotic Revolving Chairs (M1107)

Lot VII H    Supply of 312 nos of Library Reading Chairs

Lot VII I     Supply of 58 nos of Library Reading Tables (2m by 1m)

Lot VII J     Supply of 35 nos of Circulation Desks.

Lot VII K    Supply of 8 nos of Author/Title and Subject Catalogue.

Lot VIII      Supply of various Bindery Equipment

Lot IX A     Supply of Library of Congress Schedules A Z Latest Edition

Lot IX B     Supply of Library of Congress Subject Heading, 2011 Edition,

Lot IX C     Networking Extension for 5 points

Lot X          Supply of 10 nos HP Intel Pentium Dual Core Procession Laptop 2.2 GH2, & GB RAM, 500 GB HDD, 15.6”, W/CAM, BLTH, Win8.

Lot XI         OPAC/Library Management Software upgrading.

Lot XII A    Supply of 3 nos Polystar UPS 1500 KVA

Lot XII B    Supply and installation of 3 nos LG LCD 42”

Lot XII C    Supply and installation of 1 no LG Projector & Screen

Lot XII D    Supply of 2 nos Copier Machines

Lot XII E    Supply of 2 nos Cabinet (Copier Machines)

Lot XII F    Supply of 12 nos Standing Fans

Lot XIIG   Supply and installation of LG LCD 26

 

Pre-Qualification Requirements

Interested contractors are invited to submit the following documents:

  1. Evidence of Registration with the Corporate Affairs Commission
  2. Evidence of Registration as Contractors with the University of Ado-Ekiti. Nigeria.
  3. Evidence from the Companies’ Bankers as to their financial capacity/capability to undertake the project.
  4. Evidence of Tax Clearance Certificate for the last three years
  5. Evidence of VAT payment
  6. Evidence of presence of Company in Ekiti State
  7. Evidence of qualified Technical Professional Staff
  8. Evidence of pension scheme for company staff
  9. Evidence of payment of Industrial Training Fund and Training contributions to the Fund
  10. Evidence of compliance with the Employees’ Compensation action which requires that all Employers of Labour must remit 1 % of the total annual emolument of their workers to the Nigerian social Insurance Trust Fund.
  11. A comprehensive Company profile to include verifiable key professional staff and evidence of execution of similar jobs Provide letter of award of Contract and Completion Certificate for each of the projects)
  12. Documents are to be arranged and submitted as itemized (i-xi) above.

 

3.0      Verification of Claims

Interested contractors must note that the Ekiti State University 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 N30, 000.00 for each project (Lot 1 to VII) and N20.000.00 for each project Lot VIII to Lot XII). The fee must be paid in bank draft and addressed to the Ekiti State University.

 

5.0     Submission of Documents

1.       The pre-qualification application with all the required supporting documents should be neatly packaged, bound and forwarded in sealed envelops and marked at the left corner “Pre-qualification for the Supply of Books and Equipment to the Universality Library”.

 

The completed tender documents collected from the University Liberian’s office, Ekiti State University, Ado-Ekiti must be sealed in an envelope marked “Tender Document for Supply of Books and Equipment to University Library”.   The company submitting the pre-qualification and tender documents should write the name, mobile phone number and e-mail address of a contact person at the bottom left Conner of the two envelopes. This will allow for prompt communication,    The pre-qualification and tender documents must reach the University not later than 10.00am, on Tuesday, August 20, 2013.

 

Please note that:

  1. The pre-qualification and tender papers will be opened on Tuesday, August 20, 2013 at 11.00am in the Senate Chamber of the University. All those who would have submitted their documents by the deadline are invited to the meeting for the opening of the pre-qualification and tender documents
  2. Only the tender documents of pre-qualified contractors will be opened,
  3. The two parcels (Pre-qualification and Tender) should be addressed to;The Registrar,

Ekiti State University,

PM.B.  5363. Ado-Ekiti, Nigeria.

  1. It is being emphasized that current registration with Corporate Affairs Commission, Abuja and the University of Ado-Ekiti is compulsory and non negotiable.
  2. Contractors are expected to adhere strictly to all instructions as non-compliance may constitute a ground for disqualification.

 

Omojola Awosusi, Ph.D.

Registrar

Invitation to Tender at Federal Science and Technical College, Otukpo

Federal Ministry of Education

Federal Science and Technical College, Otukpo

 

Invitation to Tender

The Federal Ministry of Education through Federal Science and Technical College Otukpo, invites suitably qualified and competent contractors to tender for the construction and supply of the following projects:

 

Lot i            Supply of Motor vehicle Equipment

Lot ii           Supply of Office Equipment and Furniture for Staff

Lot iii          Supply of 1 No Utility Van

Lot iv          Construction/supply of equipments to computer science workshop

Lot v           Construction/Supply of equipments to Catering Craft Workshop

Lot vi          Supplies for Basic Book Keeping Workshop

Lot vii         Construction of 2 No Single Bedroom Flat

Lot viii        Construction of 1 No. Block of 6 Classrooms

Lot ix          Construction of 1 No, Student Hostel

Lot x           Construction and Supply of Fabrication and Welding Workshop

Lot xi          Construction of perimeter fence for Principal’s quarter

Lot xii         Landscaping and Erosion Control support

 

2.0     Qualification Criteria and Requirements

Interested contractors should submit the following information/documents along with their proposal:

  1. Evidence of registration with Corporate Affairs Commission (CAC)
  2. Evidence of financial capability and banking support
  3. Evidence of similar contracts done within the past three (three) years
  4. Evidence of registration and remittances to Pension Commission of Nigeria (PENCOM)
  5. Company Audited Account for the past three (three) years
  6. Tax Clearance Certificate for the past three (3) years, to be valid up to December, 31st 2012
  7. VAT Clearance Certificate
  8. Evidence of payment of non- refundable tender fee of N20,000.00 Draft in favor of Principal, FSTC, Otukpo
  9. Evidence of payment of Training contribution to Industrial Training Fund (ITF)
  10. Any additional information that may enhance the chances of the company/contractor.

 

3.0     Collection and Submission of Tender Documents

All applicants are to pay a non refundable tender fee of twenty thousand (20,000) for each tender in bank draft in favor of Principal FSTC Otukpo. Applicants are to collect bidding documents from the school upon the presentation of evidence of payment of non refundable tender fee of 20,000,

Completed Technical/Financial bids (as applicable) should be addressed to the Secretary, Schools Tenders Board, FSTC Otukpo, Each of the documents should have two (2) separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” and both marked with appropriate project title and lot number. Closing date for submission and pubic opening of tenders is 7th August, 2013 at 12noon in the school assembly hall at Akpegede, Otukpo.

 

Please Note

1.       The college is not bound to accept the lowest price bidder.

2.       Late submission of bids will not be accepted,

3.       No bidder should bid more than two (2) tots

 

Signed

Secretary School Tenders Board

FSTC OTUKPO

Invitation to Tender for the Construction of Gully Erosion/Ravine Control Facilities at Eka Street and Dominic Utuk Avenue, Uyo Local Government Area at Akwa Ibom State Government

Government of Akwa Ibom State

Invitation to Tender for the Construction of Gully Erosion/Ravine Control Facilities at Eka Street and Dominic Utuk Avenue, Uyo Local Government Area

 

1.0        Introduction and Project Outline:

The Akwa Ibom State Government is desirous of constructing:

Gully Erosion/Ravine Control Facilities at Eka Street and Dominic Utuk Avenue in Uyo Local Government Area of Akwa Ibom State.

In view of the above, interested and established construction companies with proven experience, expertise, personnel profile and requisite equipments for timely execution are hereby invited to tender for the project.

2.0    Scope of Work:

(1)   The works for above Include but are not entirely limited to:

 

(a)     The construction of Retaining walls

(b)     The construction of surface/outfall drains and

(c)      Gully staoilization/Reclamation works

3.0    Construction Period:

All works shall be finished within a construction period of 24 months.

4.0     Requirements:

Completed and signed tenders for the advertised project in sealed envelopes marked confidential should be submitted to the Secretary, FGPC in both hard and electronic copies within FOURTEEN (14) days from the date of publication and same to be accompanied with the following:

(i)      Evidence of payment of N500.000.00 (Five Hundred Thousand Naira) only being non-refundable tender fee payable to the Sub-Treasury, Uyo.

(ii)     Evidence of Registration with the Corporate Commission (CAC);

(iii)    Evidence of current registration with the Akwa Ibom State Finance and General Purposes Committee in category “H” as Building/Civil Contractor;

(iv)    Tax clearance certificate for the past three (3) years;

(v)     Article of Memorandum of Association of the Company;

(vi)    List and verifiable documentary evidence of similar jobs, particularly Gully Erosion/Ravine Control and Drainage Construction work successfully executed (or being executed) in the last five (5) years;

(vii)   List of equipments to be used for the project and their locations State whether the equipments are on leased, hired or owned;

(viii)  List of key professionals to be attached to the project, their qualifications and experience. Enclose photocopies of professional certificates where applicable;

(ix)    Audited account of the bidder for the last three (3) years duly endorsed by a firm of Chartered Accountants;

(x)     Bank statement of the Company for the last two (2) years;

(xi)           Letter authorizing the Akwa Ibom State Government and their representatives to cross check the submitted Company’s account.

The Completed Bid Must Be Sealed in an Envelope and Clearly Marked “Tender for the Construction of Gully Erosion/Ravine Control Facilities at Eka Street and Dominic Utuk Avenue”.

5.0     The COMMITTEE may at its discretion, reject any Tender which does not conform with the basic tendering rules.

6.0     Akwa Ibom State Government is not bound to accept the lowest tender or any tender for that matter.

7.0     Late Tenders will not be accepted.

 

Signed:

Secretary

Finance and General Purposes Committee

Invitation for Expression of Interest toTender for Execution of Contract at Ikara Local Government Council

Ikara Local Government Council

Kaduna State

Invitation for Expression of Interest toTender for Execution of Contract

The Ikara Local Government Council of Kaduna State is desirous of executing the construction of a Bridge at Malikanci.

Pre-Qualification Requirements

In view of the above, the Local Government invites applications for the pre-qualification to tender from competent and qualified contractors to submit the following documents

  1. Details   of the   contractors’   technical   know-how   (expertise   and equipments)
  2. Evidence of registration with corporate affairs commission
  3. Evidence of current registration with the Ikara Local Government
  4. Evidence of current Tax clearance
  5. Evidence of the financial capability of the contractor
  6. Evidence of previous current job performance

Collection of tender Document

Tender documents can be collected from the office of Tenders Board Chairman/Director of Works Ikara Local Government Council on the payment of non-refundable fees of twenty thousand (N20, 000) only and registration of One Hundred and Fifty Thousand Naira (N150, 000)

Submission of Tenders

Prospective tenders must be submitted in sealed envelope marked

“CONFIDENTIAL” at the top right hand of the envelope and addressed to the Chairman, tenders Board/Director of Works Department (not later than

12 noon) on or before 23rd July, 2013. The envelope should contain (i)

Original and (ii) duplicates of the tenders. Opening of the tenders shall be by

2pm same day Tuesday 23rd July 2013 in Ikara Local Government secretariat

Signed:

MANAGEMENT