Invitation for Pre-qualification/Tender for Year 2013 Tertiary Education Trust Fund Special Intervention Projects at Federal University of Technology

Federal University of Technology

P.M.B 1526, Owerri, FUT

(Office of the Registrar)

Invitation for Pre-qualification/Tender for Year 2013 Tertiary Education Trust Fund Special Intervention Projects

The Federal University of Technology, Owerri (FUTO) invites competent contractors to Pre-qualify/Tender for the following approved TETFund Special Intervention Projects:

Lot 1:         Supply and Installation of 200No Solar Plant and Street Lighting for Classroom/Lecture Theatre and Students’ Hostels.

Lot 2:         Supply and Installation of 3No 500KVA Perkins Sound Proof Generator Sets comprising 1.200m Length of 450mm Armoured Cable, 10000AMPS Change over Switch and Construction of Generator Base.

Lot 3:         Procurement and Installation of 500No. Double Lecture Theatre Seat 1No 1200x4800mm magnetic board, 1No Electronic Interactive White Board, 2No Selotex Notice Board and 1No Public Address System.

Lot 4:         Procurement and Installation of 20No. Executive Table with Extension, 20No Semi Executive Table, 67No Office Table with Drawer Double, 35No Executive Chair, 30No Back Rest Chair and 20No arm Chairs for Academic Staff Offices

Lot 5:         Procurement and Installation of 100No. Computer Table with Extension for Academic Staff

Lot 6:         Supply and Installation of Farm Implements: Harrower, Slashers and Pail-loaders to School of Agriculture and Agricultural Technology.

Lot 7:         Supply and Installation of 18No Office Table with Extension.

Pre-qualification Requirements:

Mandatory Requirements From (i-v will be presented For Sighting During

Opening)

(i)              Evidence of Incorporation with Corporate Affairs Commission (CAC)

(ii)             Tax Clearance Certificate for the past 3 years i.e. 2010, 2011, 2012

(iii)           Evidence of Compliance with PENCOM requirements (with Certificate)

(iv)           Evidence of Registration with Industrial Training Fund (ITF) with Certificate

(v)            Contractors should come along with the Originals of these documents for sighting during the opening of tender and pre-qualification analysis stages

Other Requirements:

(vi)           List of similar and verifiable projects successfully executed by your company with locations, letters of award, completion certificates within the last 5 years.

(vii)       Company resume.

(viii)      List and qualifications of staff who will execute the work (copies of the Certificates must be included).

(ix)        Bank Reference Letter/Bank Support showing evidence of financial capability to execute the project.

(x)         List of equipment needed for the execution of the project. Proof of ownership must be provided.

(xi)        Evidence of Remittance of Value added Tax (VAT)

Collection of Bid Documents:

Contractors are collect Bid documents/Tender from the Office of the Director, Physical Planning development unit upon the payment of 30, 000. 00 (Thirty Thousand Naira) only to the cash Office, Bursary Department of FUTO and obtain receipt of payment and only prequalified will have their Bids analysed.

Submission of Pre-qualification Documents:

Completed Documents, which must be sealed and marked with the title of the project on the left hand corner of the envelope should be dropped on a prequalification/tender box in the Council Matters, Registrar’s Office and not later than 12:00 noon, Tuesday, 16th July, 2013 as it will be opened same day by 2:00 p.m. Contractors should submit their tenders with bid security in accordance with the Procurement Act of 2007.

Please Note:

a)     The participation in the bid does not guarantee any person the right to be selected or given the job.

b)    That by submission of tender documents, the University is neither committed nor obliged to award any Contractor/Supplier/Agency.

c)     That the advertisement for invitation for pre-qualification and tender shall not be misconstrued as commitment on the part of the University, nor shall it entitle any contractor/firm to make any claims whatsoever and /or seek any indemnity from the University.

d)    The University reserves the right to reject any or all expression of interest and to terminate the selection process at any time without any liability to the University.

e)     Any bid submitted after the closing date shall not be considered as time is of essence.

f)      If at any time during the Procurement process it is discovered that the submission made by any contractor is invalid, the Contractor will be automatically disqualified.

Enquiries:

All enquiries should be directed to the Registrar/Secretary to Tenders Board, Federal University of Technology, Owerri.

Signed:

Registrar/Secretary to the Tender Board

 

 

Invitation for Tender for the Implementation of 2013 Capital Projects at Federal Government Girls’ College, Tambuwal, Sokoto State

Federal Government Girls’ College, Tambuwal, Sokoto State

Invitation for Tender for the Implementation of 2013 Capital Projects

 

1.0     Introduction

The Federal Government or Nigeria has provided funds in the 2013 Appropriation for the Federal Government Girls College. Tambuwal (FGGC, Tambuwal) and is desirous to utilize part of the fund to procure GOODS and WORKS. Therefore services of experienced contractors are required to procure the following GOODS and WORKS as listed below:

 

1.1       Section A: Works

LOT 1:        Construction and Furnishing of 5 Nos 2 Bedroom flats, Staff Quarters

LOT 2:        Construction of Science Laboratory.

LOT 3:        Construction of Home Economics Lab/Furnishing

LOT 4:        Construction of Storage Facilities

LOT 5:        Construction/Furnishing of Staff Room.

LOT 6:        Construction of Sports Facilities and provision of Equipments

LOT 7:        Construction of Internal Road Network

LOT 8:        Electricity Rectification

LOT 9:        Completion of Perimeter Fence: East Core

LOT 10:      Completion of Perimeter Fence: West Core

LOT 11:      Completion of Perimeter Fence: South Core

 

1.2      Section B: Goods

LOT 12:      Furnishing of Admin Block

LOT 13:      Procurement of Modern Text Books and Necessary Cataloging

LOT 14:      Procurement of Treated/Glossy Book Shelve (IRON TYPE)

LOT 15:      Procurement of Modern Reading Tables and Chairs

LOT 16:      Procurement and Furnishing of Assistant Librarian and Procurement of Periodicals for Referencing and Serial Section

LOT 17:      Procurement of Burglary Proof, Fire Extinguishers, Fire Hazard detectors. Curtain Blinds for Window and Ventilated Areas.

 

2.0      Tendering Requirements

Interested and competent contractors wishing to carry out the above listed |obs are required to submit the following documents which will be subjected to due diligence by the College

(i)             Evidence of registration with Corporate Affairs Commission (CAC)

(ii)            Evidence of Current Tax Clearance certificate for the last three (3) years ending in December, 2013.

(iii)           Evidence of VAT registration certificate with TIN No.

(iv)           Evidence of issuance of compliance certificate to all organization by PENCOM in line with Pension Reform Act, 2004 (as amended).

(v)             Evidence of Compliance with the amended Industrial Training Fund Act. 2011

(vi)           Bidders shall not bid for more than 2 (two) Lots.

(N.B: The above listed requirements shall form part of the bids evaluation Criteria and non compliance with any of the stated conditions shall result in automatic disqualification of the bidder)

 

(vii)        Name of Bankers with reference.

(viii)      Evidence of financial capability to execute the projects.

(ix)           Company profile with CVs of key officers including photocopies of relevant professional/technical qualification,

(x)             Evidence of registration with relevant professional bodies such as ARCON, COREN, CORBON, etc for Section A (Works component only),

(xi)           List of verifiable construction Equipment indicating ownership or lease agreement for Section A (Works component only),

(xii)        Verifiable evidence of successful completion of similar works within the past three (3) years and attached copies of letter of award and certificate of successful completion,

(xiii)      N.B: The contract will not be awarded to the least bided contract. (N.B: The above criteria will attract marks).

 

2.1     Bidding will be conducted through National Competitive Bidding (NCB) procedure as specified in the 2007 Public Procurement Act.

3.0     Collection of Documents

3.1     A completed set of Bidding Documents shall be collected by interested bidders at the College premises, on the submission of written application accompanied by a non refundable tender fee of Twenty Thousand Naira (N20, 000.00) per lot.

The Bidding documents will be collected by hand by bidder’s representative.

 

4.0     Submission of Tender Documents.

4.1     The completed Tender should be enveloped in two separate envelopes marked “Technical Bid” and “Financial Bid”, sealed waxed and marked on the Top left Hand corner with the inscription “Section (insert either A or B) Lot No…………… and Title of project” and should be addressed to the Principal, Federal Government Girls’ College, Tambuwal, Sokoto State and deposited in the Tender Box at the address above on or before 12 noon on 1st July – 6th August 2013. The name of the Contractor should also be clearly written in Capital letter at the back of the envelopes.

 

Late bids will be rejected.

 

5.0     Public Opening of Bids

5.1     Technical Bids shall be opened immediately after close of submission in 4.1. above at the address below in the presence of the bidders’ representatives, officials of Federal Ministry of Housing, Land and Urban Development and interested members of the public. Only successful Technical Bidders will be invited for the opening of Financial Bids at a later date.

 

Federal Government Girls’ College,

Tambuwal, Sokoto State

 

6.0     Disclaimer and Conclusion

6.1     The Federal Government Girls’ College, Tambuwal, Sokoto State will not be responsible for any cost or expenses incurred by any interested party(ies) in connection with any response to this invitation and or the preparation or submission in response to an Inquiry.

6.2     Please note that this advertisement shall not be construed as a commitment on the part of the College to award any or all the above listed projects.

 

Signed:

DANJUMA, J. J. (MRS.),

Principal,

Federal Government Girls’ College

Invitation for Bids at ECOWAS COMMISSION

ECOWAS COMMISSION

 

Invitation for Bids

For The Supply of Bags for the ECOWAS Commission

 

Date: 01st July 2013

IFB No: 03/LCB/2013

 

1.       The ECOWAS Commission, within the framework of the execution of its budget intends to carry out the purchase of the below defined items.

 

2.       The ECOWAS Commission now invites sealed bids from eligible bidders for the supply in One (1) lot of these items for ECOWAS Commission as Follows:

  • AFC Bags…………………………..30 Pieces
  • Ministerial Bags. ………………………. 100 Pieces
  • Heads of State Bags. …………………. 10 Pieces
  • Delegate’s Bags…. ……………………. 140 Pieces

 

NB: Technical Specifications are described in the Bidding Document

 

3.       Interested eligible bidders may obtain further information and inspect the Bidding Documents at the:

Procurement Division of the Directorate of General Administration,

1st Floor ECOWAS Commission,

101 Yakubu Gowon Crescent,

Asokoro District, PMB 401, Abuja, Nigeria

 

Emails Contact; procurement@ecowas.int

 

4.       A complete set of Bidding Documents may be purchased by interested bidders on the submission of a written application to the Director of General Administration and upon payment of a non-refundable fee of: Twenty Five Thousand (20,000) Naira only.

 

5.       Bids should be delivered In a sealed envelopes and deposited in the ECOWAS Tenders Box located in the Office of the Executive Assistant of the Commissioner for Administration and Finance, 5th Floor ECOWAS Commission , 101 Yakubu Gowon Crescent, Asokoro District, PMB 401, Abuja, Nigeria and clearly marked “Tender for the Supply of Bags for the ECOWAS Commission, Do Not Open, Except in Presence of the Tender Committee” on or before 11.00 am on Monday 5th August 2013 and must be accompanied by a bid guarantee (bank guarantee or insurance bond) of 150,000.00 Naira only.

 

6.       Bids will be opened in the presence of bidders’ representatives who choose to attend, Monday 5th August 2013 at 11.00 pm at ECOWAS Commission, 101, Yakubu Gowon Asokoro, Abuja, Nigeria.

 

Signed:

Director, General Administration

Request for Expression of Interest (EOI) at The New Partnership for Africa’s Development (NEPAD NIGERIA)

The New Partnership for Africa’s Development (NEPAD NIGERIA)

 Ref: NEPAD – N/PRO/2013/Vol.1

Request for Expression of Interest (EOI)

The request for Expression of Interest follows the General Procurement Notice (GPN) that appeared in the National Dailies on 13th May, 2013.

The details of the services to be provided are as indicated below:

 

S/No Description

 

Objective

 

Scope Of Work:

 

1 Financial Consulting

 

The objective of this short term consultancy is for the Consultant to set up an efficient and Integrated computer-based financial management system for the office to deliver quality financial services and produce

Up-to-date financial reports as and when required.

 

 

 

– Prepare and Implement Accounting System Infrastructure:

– Consultants meet personally with client to assess the financial situation in order to present a financial plan that includes both short- and long-term financial goals:

– Help dent with financial planning decisions.

 

 

2 Legal Services

 

The objective of this is to provide comprehensive legal advice to NEPAD Nigeria

 

– Prepare an inception report with detailed methodology/approach to the assignment and a related work implementation plan:

– Review contract templates as well as sample of existing or past contracts and make recommendations for enhancing better service delivery: –  Provision of legal advice as and when required.

 

 

 

 

 

3 Event Management (Trade Fair)

 

To facilitate local content development, Intra-Regional Trade and development of Small and Medium Enterprises (SMEs) potentials for regional co-operation as well as exposure of non-oil products and services to the global market.

 

 

 

 

-Design, with the guidance of the NEPAD Nigeria Expo task team, appropriate strategies for hosting of the event;

 

-Undertake a publicity and advertisement campaign for the event;

 

-Secure the venue and manage all logistic aspects of the event;

 

–   Liaise with relevant stakeholders for effective hosting of the event;

 

–   Produce relevant reports and manage the event’s secretariat

 

4 Insurance of Office Bidding and Equipment

 

 

To protect government properties against unforeseeable disasters and risks

 

 

 

– Assessment of the properties and equipment;

 

–  Determination of the premium;

 

–  Issuance of insurance cover.

 

 

5 Research Programme on Good Governance

 

 

 

To determine the level of compliance with good governance indices

 

 

 

For the purpose of achieving a good evaluation, the Consultant will:

-Recruit and train field officers for effective conduct of the survey;

 

-Undertake in- house consultations and desk research;

 

– Administer questionnaires;

– Ensure collection of quality data, Its collation, analysis and interpretation; and

– Production of evaluation report.

 

 

 

6 Consultancy on Project

Monitoring and Evaluation

 

 

To assist in formulating an effective M&E system for NEPAD programmes and projects.

 

 

 

– Undertake in – house consultations and desk research;

– Administer questionnaires;

 

–    Ensure collection of quality data, Its collation, analysis and interpretation; and

 

–    Production of evaluation report

 

 

 

 

Requirements:

EOIs from interested and reputable Institutions should be submitted with the following documents:

  1. Evidence of registration with the  Corporate Affairs Commission/Enabling Acts in respect of relevant Government Agencies;
  2. Evidence of tax clearance certificate for the last three consecutive years &Tax Identification Number(TIN);
  3. VAT certificate and evidence of remittance;
  4. Evidence of Pensions/Social Security Contribution in accordance with the Pension Act, 2004;
  5. Evidence of registration with Financial Registration Council of Nigeria where applicable;
  6. Evidence of remittance of Industrial Training Fund (ITF) in accordance with the ITF Amendment Act 2011 contribution where applicable;
  7. Sworn affidavit to the effect that none of the Directors  of  the  Consultancy  firm  have  been convicted In any country for any criminal offence relating to fraud or financial Impropriety;
  8. Sworn affidavit that none of the Directors of the Consultancy firm Is related to the Bureau of Public Procurement(BPP) or NEPAD Nigeria;
  9. Sworn affidavit that the company is not a subject of any form of insolvency, bankruptcy, in receivership or subject of any winding up petition or proceedings;
  10. Evidence of experience in jobs of similar nature;
  11. Evidence of professional and technical capability to provide the services;
  12. Evidence of financial capability including audited Accounts for three years; and
  13. Confirmation that all Information presented & true and correct in every particular.

 

Submission of EOIs

Interested consultants that fulfill the above requirements should submit two (2) hard and soft copies each of their EOI in two separate envelopes marked “Original” & “Copy” respectively. Both envelopes should be enclosed in a third sealed envelope marked “EOI for consultancy” with the lot number clearly written on the top right hand comer and addressed to:

 

The Special Adviser to the President on NEPAD,

The New Partnership for Africa’s Development (NEPAD Nigeria),

12, Faranah Street, Wuse Zone 2, Abuja

 

All submissions must be registered at the Procurement Unit, 3rd floor, NEPAD Nigeria, 12 Faranah Street, Wuse Zone 2, Abuja and thereafter dropped in the Tenders box provided for the purpose on or before 12.00 noon, on 15th July, 2013. No EOI will be entertained after this date.

 

Only short listed consultancy firms will be contacted to collect the Terms of Reference (TOR) which will form the basis for the detailed proposal including financial implications after the payment of N10, 000.00 administrative fees.

 

Opening Date

The EOIs will be opened at the NEPAD Nigeria Conference Room, 12, Faranah Street, Wuse Zone 2 Abuja, on the 15th July, 2013 immediately after the deadline for the submission of EOIs Representatives of Consultants, NGOs, Professional bodies and interested members of the public are advised to be at the opening.

 

NEPAD Nigeria reserves provisions of Section the right to invoke the provisions of Section 28 of Public Procurement Act without incurring thereby any liability to the bidders.

 

For further enquiries, please visit our website www.nepadaprm.gov.ng

 

Signed:

Management

Invitation to Tender at The New Partnership for Africa’s Development (NEPAD NIGERIA)

The New Partnership for Africa’s Development (NEPAD NIGERIA)

 

Ref: NEPAD – N/PRO/2013/Vol.1

 

Invitation to Tender

The New Partnership for Africa’s Development (NEPAD Nigeria) as part of its strategies towards the attainment of its Mission, Vision and Objectives, wishes to invite competent and qualified Contractors/Service providers to submit tenders for the under listed jobs in NEPAD Nigeria in FY-2013. This invitation for tenders follows the General Procurement Notice (GPN) that appeared in the National Dailies on 13th May, 2013.

The details of Goods, Works and Services to be provided are contained in the tender documents as indicated below:

 

A. Recurrent: Goods

1. Procurement of Stationaries

2. Procurement of computer consumables

3. Procurement of plant/generator fuel

 

B. Recurrent: Small works

1. Maintenance of motor vehicles

2. Maintenance of office furniture

3. Maintenance of office building

4. Maintenance of office IT equipment

5. Maintenance of plant/generators

6. Printing of non-security documents

7. Printing of security documents

 

C. Capital: Works

1. Purchase and installation of power generating set

2. Purchase and installation of security equipment

3. Purchase and installation of Elevator

 

Tenders Qualifications/Requirements

Prospective bidders are expected to possess the following minimum requirements: i.  Evidence of registration with Corporate Affairs Commission;

ii.       Evidence of tax clearance certificate for the last three consecutive years covering 2010, 2011 and 2012 & Tax Identification Number (TIN);

iii.      VAT certificate and evidence of remittance;

iv.      Evidence of Pensions/Social Security Contribution in accordance with the Pension Act, 2004;

v.       Evidence of contribution to the Industrial Training Funds (ITF) in accordance with the ITF Amendment Act 2011;

vi.      Sworn affidavit to the effect that none of the Directors have been convicted in any country for any criminal offence relating to fraud or financial impropriety;

vii.     Sworn affidavit that none of the Directors related to BPP or NEPAD

Nigeria is a Director of the company;

viii.    Sworn affidavit that the company is not a subject to any form of insolvency, bankruptcy, in receivership or subject of any winding up petition or proceedings;

ix.      Evidence of experience in jobs of similar nature;

x.       Evidence of professional and technical capability to provide the works, Goods and Services;

xi.      Evidence of financial capability including audited Accounts for immediate past three years; and

xii.     Confirmation that all information presented is true and correct.

 

Collection of Tenders Document

Interested bidders are expected to collect the Tenders Documents from the Procurement Unit of NEPAD Nigeria Office, upon payment of a non-refundable fee of N10, 000.00 (Ten Thousand Naira), only for each lot at the NEPAD Nigeria Cash Office, Ground Floor, 12, Faranah Street, Wuse Zone 2, Abuja.

 

Submission of Tenders

Completed technical and financial bids should be submitted in two (2) hard & soft copies for each lot and in two separate envelopes marked “Technical” & “Financial” and “original” & “copy” respectively. Both envelopes should be enclosed in a third sealed envelope marked “Tender for (Specify the Lot and description) “on the top right hand comer and addressed to:

 

The Special Adviser to the President on NEPAD,

The New Partnership for Africa’s Development (NEPAD Nigeria), 12, Faranah Street, Wuse Zone 2, Abuja.

 

All submissions must be registered at the Procurement Unit, NEPAD Nigeria, 12 Faranah Street, Wuse Zone 2, Abuja and thereafter dropped in the Tenders box provided for the purpose on or before 12.00 noon, 12th August, 2013. No tender will be entertained after this date.

 

Tenders Opening Date

Tenders will be opened at the NEPAD Nigeria Conference Room, 3rd Floor, 12, Faranah Street, Wuse Zone 2, Abuja, on the 12th August, 2013 immediately after the deadline for the submission of bids. Bidders or their representatives, NGOs, Professional bodies and interested members of the public are invited to the bid opening exercise.

 

Important Note

This advertisement should not be considered as a contract award or any commitment on the part of NEPAD Nigeria nor shall it entitle any contractor to claims whatsoever from NEPAD Nigeria. NEPAD Nigeria is also not bound to accept the lowest evaluated tender or any other tender that may be received.

 

NEPAD Nigeria reserves the right to invoke the provisions of Section 28 of the Public Procurement Act 2007 without incurring thereby any liability to the bidders.

 

For further enquiries, please visit our website www.nepadaprm.gov.ng