Contractors Needed at the University of Lagos

Posted by Rodney on Thu 27th Jul, 2017 - nigeriantenders.com


The University of Lagos hereby invites interested and reputable contractors to tender for the execution of the projects described here-under.




The University of Lagos a Federal University Tertiary Institution established by the University of Lagos Act, 1967 ( as amended) CAP U9 Laws of the Federal Republic of Nigeria, 2004 and having its main campus at Akoka, Yaba, Lagos, Nigeria is desirous of embarking on the under-listed project to be procured with Auxiliary Funds. Interested and reputable bidders are hereby invited  indicate interest in the tender exercise for the project described hereunder:
  • Lot 1
  • Project: Proposed Renovation and Upgrade of the Health Centre Building.
  • Contract No: UL/AUX/17/PU/15/.
  • Scope: The project includes refurbishment work on windows, doors, blockwalls, wall, floor and Ceiling finishes, Roof covering Mechanical and electrical Services.
  • Non-Refundable Prequalification Fees: N20,000.00.
  • Lot 2
  • Project: Proposed Construction of Pharmacy Building at the Health Centre.
  • Contract No:  UL/AUX/17/PU/16/.
  • Scope: The project includes Substructure, Frames and Upper Floors, Roof Structure and covering, Wall and Floor and Ceiling finishes, Electrical and Mechanical Services including provision of lecture rooom furniture.
  • Non-Refundable Prequalification Fees: N20,000.00.
  • Lot 3
  • Project: Proposed Renovation of Distance Learning Institute Lecture Theatre Building.
  • Contract No:  UL/AUX/17/PU/17/.
  • Scope: The project includes refurbishment work on windows, doors, blockwalls, Roof Structure and covering, Wall and Floor and Ceiling finishes, Electrical and Mechanical Services including provision of lecture room furniture.
  • Non-Refundable Prequalification Fees: N20,000.00.
Eligibility Requirements
Bidders mandated to submit the documents listed hereunder as same shall comprise the Technical Document:
  • Evidence of Certificate of incorporation with the Corporate Affairs Commission (CAC). Memorandum of Association of the company along with Particulars of Directors (Form CO7) and up to date Annual Returns with CAC.
  • A Sworn Affidavit certifying as follows:
    • The company is not in receivership, insolvency or bankruptcy
    • The company does not have any director who has been convicted by any court in Nigeria and an other country for criminal offences in relation to fraud or financial impropriety
    • That no officer of the University of Lagos or Bureau of the Public Procurement is a former or present director or shareholder of the company.
    • That all information presented in the documents are true and correct in all particulars
  • Company Audited accounts for the last three(3)years (2014,2015 and 2016)duly signed and stamped by a professional accounting/audit firm and signed by the Client.
  • Evidence of Tax Clearance Certificate for the last three (3)years (2014, 2015 and 2016).
  • Pension Clearance Certificate valid for 2017 issued by the National Pension Commission (PENCOM).
  • Industrial Training Fund (I.T.F) Certificate valid for 2017
  • Nigeria social Insurance Trust Fund(NSITF) Clearance Certificate valid for 2017
  • List of proposed key personnel stating their designation qualification and years of experience. (copy of certificates are to be attached)
  • Company's Health Safety and Environmental Policy.
  • Satisfactory bank reference from a reputable bank stating the Company's credit worthiness and ability to Obtain financial support for the project execution if the need arises.
  • Evidence of registration on the National data base of Contractors, Consultants and Service Providers by inclusion of Interim Registration Report valid for 2017 issued by the Bureau of Public Procurement. (BPP).
  • Evidence of Nigeria social Insurance Trust Fund(NSITF) Clearance Certificate valid for 2017
  • Industrial Training Fund (I.T.F) Certificate valid for 2017 in compliance with Section 6 of the Industrial Training Fund Amendment, 2011.
  • Verifiable list of major building construction equipment and facilities including registration numbers, chassis number, location (where they can be inspected) and remarks whether these are owned leased or hired.
  • Company's Health Safety and Environmental Policy.
  • Satisfactory bank reference from a reputable bank stating the Company's credit worthiness and ability to Obtain financial support for the project execution if the need arises.
  • Evidence of registration on the National data base of Contractors, Consultants and Service Providers by inclusion of Interim Registration Report valid for 2017 issued by the Bureau of Public Procurement. (BPP).
  • Evidence of payment of non-refundable pre-qualification fee at the Cash Office of University of Lagos with a certified bank Cheque.
Other mandatory requirements for each of the projects are listed as follows:
In respect of Lot1-
  • Bidders shall have an average annual turnover of not less than (N127,000.000.00) One Hundred and Twenty Seven Million Naira Only.
  • Evidence of work experience as the main contractor executing or having executed a minimum of three (3) Renovation and Upgrade or Construction of Building contracts completed over the last five years, two (2) of which must be a minimum of 2-storey building. Copy of award letters, last interim certificate of valuation for ongoing projects, completion certificate and final maintenance certificates where applicable are to be enclosed.
  • The following are the minimum requirements for the technical/professional staff:
  • One(1)ARCON Registered Architect with practicing license valid for 2017;
  • One (1)COREN Registered Civil/Structural Engineer with practicing license valid for 2017;
  • One(1)QSRBN Registered Quantity Survey or with practicing license valid for 2017;
  • One (1)COREN Registered Electrical Engineer with practicing license valid for 2017;
  • One (1)CORBON Registered Mechanical Engineer with practicing license valid for 2017;
  • One(1)CORBON Registered Builder with practicing license valid for 2017.
In respect of Lot2-
  • Bidders shall have an average annual turnover of not less than N98,000.000.00 (Ninety Eight Million Million Naira Only).
  • Evidence of work experience as the main contractor executing or having executed a minimum of three (3) Building contracts completed or over the last five years, two (2) of which must be a minimum of 2-storey building. Copy of award letters, last interim certificate of valuation for ongoing projects, completion certificate and final maintenance certificates where applicable are to be enclosed.
  • The following are the minimum requirements for the technical/professional staff:
  • One(1)ARCON Registered Architect with practicing license valid for 2017;
  • One (1)COREN Registered Civil Engineer with practicing license valid for 2017;
  • One(1)QSRBN Registered Quantity Survey or with practicing license valid for 2017;
  • One (1)COREN Registered Electrical Engineer with practicing license valid for 2017;
  • One (1)CORBON Registered Mechanical Engineer with practicing license valid for 2017;
  • One(1)CORBON Registered Builder with practicing license valid for 2017.
In respect of Lot3-
  • Bidders shall have an average annual turnover of not less than N250,000.000.00 (Two Hundred and Fifty Million Million Naira Only).
  • Evidence of work experience as the main contractor executing or having executed a minimum of three (3) Renovation and Upgrade or Construction of Building contracts completed over the last five years, one (1) of which must be a minimum of 2-storey building comprising of classrooms or lectures rooms/ halls or auditorium. Copy of award letters, last interim certificate of valuation for ongoing projects, completion certificate and final maintenance certificates where applicable are to be enclosed.
  • The following are the minimum requirements for the technical/professional staff:
  • One(1)ARCON Registered Architect with practicing license valid for 2017;
  • One (1)COREN Registered Civil Engineer with practicing license valid for 2017;
  • One(1)QSRBN Registered Quantity Survey or with practicing license valid for 2017;
  • One (1)COREN Registered Electrical Engineer with practicing license valid for 2017;
  • One (1)CORBON Registered Mechanical Engineer with practicing license valid for 2017;
  • One(1)CORBON Registered Builder with practicing license valid for 2017.
Collection of Tender Documents
Tender Documents shall be available to interested bidders on presentation of the receipt issued at UNILAG Cash Office in respect of the Tender from the office of :
The Ag.Head, Procurement Unit
Room 806,
Eight Floor, Senate House,
University of Lagos,
Akoka, Yaba,
Lagos State.

Submission of Tender Documents
Please note that Bidder are mandated to submit Technical Documents and Financial Documents separately as stated below:

Technical Documents
  • The two (2) sets of Technical documents should be submitted, an original and a copy version in A4 sized paper, spiral bound, numbered serially with documents arranged orderly and duly signed by your Company authorized signatories.
  • The two(2) sets of the Technical documents should be packaged in an envelope, clearly labeled with the bidders name and the name of the project boldly marked on the envelope as: Technical Document For ............. ( Title of Project)
Financial Documents
The two (2) sets of the Standard Bidding documents, an original and copy version should be packaged in an envelope, clearly labeled with the bidders name and the name of the project boldly marked on the envelope as: Financial Documents for........... ( Title of Project)
The sealed Technical documents envelop and the sealed Financial documents envelop shall be enclosed together in a third envelop and boldly marked with the name of the bidder, project name and contract number, to be submitted not latter than 11a.m on Thursday, 14th September 2017 to:
The Registrar
5th Floor, Council Affairs Office
Room 524
University of Lagos
Akoka, Yaba,
Lagos State.


The Technical documents shall be opened immediately following the deadline for the submission of bids at the University Council Chamber in the presence of all bidders and interested member's of the public.

Important Information
  • Failure to comply with the above requirements shall automatically result in the disqualification of a bidder.
  • The University Management reserves the right to verify the authenticity of any claim made in the Tender documents submitted by bidders.
  • The University Management reserves the right to annul the selection process at any time without incurring any liabilities and attributing any reason thereof.
  • The University shall not be responsible for any cost incurred by the bidders in connection with response to this advertisement.
  • Participation in this process and any related process neither creates any commitment nor establishes any legal relationship with the University of Lagos. It is merely a precondition for further consideration of the Tender.
Industry

;
Category

;
State

;