Invitation for Pre-qualification for the 2009-2012 TETFUND Intervention Projects at Olabisi Onabanjo University

Olabisi Onabanjo University

P.M.B. 2002, Ago-Iwoye www.oouagoiwoye.edu.ng

 

Invitation for Pre-qualification for the 2009-2012 TETFUND Intervention Projects

 

The Olabisi Onabanjo University is hereby inviting interested and reputable contractors/suppliers with relevant experience to express their interest in bidding for construction and procurement for the following 2009-2012 Tertiary Education Trust Fund (TETFUND) listed projects:

 

LOT 1:       Construction of Main Library Building

(a)     Civil works of the proposed Main Library Building

(b)     Mechanical/Electrical Engineering installation of the proposed Main Library Building

 

LOT 2:       Construction of Faculty Building

(a)     Civil works of the proposed Faculty Building

(b)     Mechanical/Electrical Engineering installation of the proposed Faculty Building

 

LOT 3:        Rehabilitation of 1,000-seater capacity Lecture Theatre into Entrepreneurship Centre

 

LOT 4:        Supply and Installation of Mechatronics Laboratory Equipment

 

LOT 5:        Supply and Installation of Language Laboratory Equipment

 

LOT 6:        Furnishing of Lecture Theatre/Supply of office Furniture

 

Eligibility:

(a)     Evidence of Registration/Incorporation by the Corporate Affairs Commission

(b)     Company Profile and organization structure

(c)      Tax Payer Identification Number (TIN)

(d)     Tax Clearance Certificate for the past three (3) years

(e)      Value Added Tax (VAT) Registration Certificate and evidence of remittance

(f)      Development Levy Certificate for the past three (3) years

(g)     Audited Accounts for the past three (3) years

(h)     Company letterhead indicating:

(i)      Address

(ii)     Bankers address

(iii)    Account number, and

(iv)    Sort Code

(i)      Letter of financial capability from Company’s bankers

(j)      Evidence of Payment of Contribution to Industrial Training Fund (ITF) for Staff Training

(k)     Evidence of Registration with Olabisi Onabanjo University as a contractor

(1)     Last Bank Statement of Account of the company

(m)    Evidence of Performance on similar projects with dates and contract award letters

(n)     List of Plants/Equipment, which we reserve the right to inspect and confirm

(o)     Catalogue/proforma invoice of equipment and installation method statement where applicable

(p)     Any additional information that may enhance the chance of the contractor/ supplier

 

Collection of Prequalification Documents:

Prequalification documents are obtainable in the office of the Deputy Registrar, Council Affairs, Olabisi Onabanjo University, Ago-Iwoye upon payment of non-refundable processing fee of N50, 000.00 through the Point of Sales at the Bursary Department of the University on or before 9th September, 2013 between 8.00 a.m. to 3.00 p.m.

 

Submission of Pre-qualification Documents:

All application accompanied by the relevant documents attached and sealed in an envelope indicating the LOT at the top-left corner of the envelope. The name, address of the company and telephone number of the company should also be clearly written on the reverse side of the envelope.

 

All documents should be submitted to the office of the Deputy Registrar, Council Affairs, OJabisi Onabanjo University, Main Campus, Ago-Iwoye on or before 9th September, 2013.

Opening of Pre-Qualification Documents:

The Pre-qualification documents shall be publicly opened in the Committee Room, Olabisi Onabanjo University, Ago-Iwoye at a date to be announced to tenderers through E-Mail address and SMS only.

 

The University reserved- the right to reject any bid that it deems not responsive and shall not enter into any correspondence with any Contractor/Company.

Note:

(1)     Failure to submit the documents mentioned above disqualifies a Contractor/Bidder.

(2)     Only financial bids of pre-qualified Contractors will be opened, non-responsive bids will be returned unopened to the Bidders.

(3)     The University reserved the right to verify all claims and documents submitted by Bidders for Pre-qualification.

(4)     Should any Contractor/Bidder have any doubt about items on the Pre-qualification/tender advert, such doubts should be referred to the Deputy Registrar, Council Affairs, Olabisi Onabanjo University, Ago-Iwoye.

 

Contractors are to attend the pre-qualification session. The list of successful pre-qualified companies will be displayed on the University’s notice board in the Administrative Building. Only pre-qualified contractors shall be invited to proceed to the tendering stage.

Singed

O. A. Osunsanya (Mrs.)

Ag. Registrar & Secretary to Council

 

Invitation for Bids at The National Programme For Food Security (NPFS)

Federal Government of Nigeria

Federal Ministry of Agriculture and Rural Development National Programme For Food Security (NPFS) (Islamic Development Bank Support to NPFS)

IDB Financing Number NGR (Uni-0031)

 

Invitation for Bids

Construction of Rural Feeder Roads Yobe State

 

Bid Issuance Date:                  20th August, 2013

Contract Identification No:   NPFS/IDBNNCB/RUR/YBE/01/2013

IDB Financing No:                 NGR-UNI-0031

IDB Loan/Credit Name:        National Programme for Food Security (NPFS)

 

1.       The Federal Government of Nigeria has obtained a loan from the Islamic Development Bank (IDB) for co-financing the cost of National Programme For Food Security. National Programme for Food Security intends to apply part of the proceeds of this loan to payments under the contract for the construction of Rural Feeder Roads for which invitation for bids is issued.

 

2.       The National Programme For Food Security (NPFS) intends to employ qualified contractors for construction of 103 km of Rural feeder Roads in Gombe state in three lots distributed in the following Local Governments under NPFS coverage:

Lot 1 – Yobe North: Bade, Nguru and Geidam LGAs (33km)

Lot 2 – Yobe Central: Jakusko, Potiskum and Fika LGAs (40 Km)

Lot 3 – Yobe South: Damaturu, Gujba and Gulani LGAs (29km).

Details of the work to be done are specified in the bidding document.

 

3.       Bidding is open to private firms and voluntarily formed joint ventures duly registered to operate in Nigeria.

 

4.       Bidders may submit bids for single or multiple lot/s but in any case, bidders must quote for all items indicated in a lot and must possess the capacity and capability to execute the jobs contained in the lot/s.

 

5.       Bidding documents may be purchased at National Programme For Food Security (NPFS), 127, Adetokunbo Ademola Crescent, Wuse II, Abuja, for a non-refundable fee of Fifty thousand Naira (N50,000.00) only. Interested bidders may obtain further information at the same address by 9.00AM – 4.00PM from Monday to Friday, except on public holidays.

 

6.       The bidding documents should be collected by hand from the above address by written application clearly stating “Request for bidding Documents for Construction of Rural Feeder Roads in Yobe State Lot with lot number clearly indicated.”. The National Programme For Food Security shall issue the documents directly to the purchaser but under no circumstances will it be held responsible for any disaffection arising thereof.

 

7.       The minimum requirements for Contractor qualification arc as follows:

i.        Having achieved an annual turnover in construction work of at least N120m in any of the last five (5) years.

ii.       Verifiable proof of experience as prime contractor in the construction of at least two works of a nature and complexity equivalent to the works over the last 5 years (to comply with this requirement works quoted should be at least 70% completed) Acceptable verifiable proof shall be copies of the letter of contract award and/or certificate, of contract completion.

iii.     Verifiable proof of ownership/unhindered access to essential equipment required for the job.

iv.      A Project/Contract Manager with 10 years experience in works of equivalent nature and volume including not less than five (5) years as Manager.

v.       Verifiable proof of Liquid assets and/or confirmed credit facilities of not less than N30 million

vi.      VAT registration certificate and three (3) years Tax Clearance

vii.     Copy of company’s registration with CAC

viii.   Evidence of registration with Pensions Commission in line with the          provisions of the Procurement Act 2007.

 

8.       Bids shall be valid for a period of 120 days after Bid opening and must be accompanied by security of at least 3% of the Bid Price.

 

9.       Completed bids are to be directed/delivered to The National programme Coordinator, National Programme For Food Security (NPFS), 127, Adetokunbo Ademola Crescent, Wuse II, Abuja, on or before 12.00 noon by 27th September, 2013 at which time they will be opened in the presence of the bidders or representatives who choose to attend.

 

10.     The submission shall be made in ONE original and TWO copies and be marked accordingly.

 

11.     All bid enquiries are to be directed to the office of:

National Programme Coordinator

National Programme for Food Security

127, Adetokunbo Ademola Crescent,

Wuse II, Abuja.

 

Tender Notice to Supply Project Vehicles at Save the Children

Save the Children

 

Tender Notice to Supply Project Vehicles

Save the Children is the world’s leading independent organization for children. We work in 120 countries. We save children’s lives; we fight for their rights; we help them fulfill their potential. We work together, with our partners, to inspire breakthroughs in the way the world treats children and to achieve immediate and lasting change in their lives. We have over two million supporters worldwide and raised 1.6 billion dollars in 2011 to reach more children than ever before, through programmes in health, nutrition, education, protection and child rights, also in times of humanitarian crises.

 

Save the Children Nigeria is inviting submissions of tenders for a contract to provide the following:

 

  • Supply three(3) units of Toyota  Fortuner 2013  Model

(Detailed technical specifications are included within the tender documents)

 

If you are interested in submitting a bid, please collect the tender documents from the following location:

 

Save the Children Nigeria, No 20 Buchanan Crescent, off Aminu Kano way, Wuse II, Abuja, Nigeria

 

It is recommended to request/collect the tender documents as soon as possible. Completed tender documents are due to be submitted on or before Friday 20th September, 2013 at 12:00 noon.

RE: Invitation for Bids (IFB) at Lake Chad Basin Commission (LCBC)

Lake Chad Basin Commission (LCBC)

Sustainable Development Programme of Lake Chad Basin (Prodebalt) Nigeria (African Development Bank Financed Project)

 

Chad Basin Development # Authority Premises Maiduguri, Borno State, Nigeria

Email: prodebaltnigeria@yahoo.com

 

RE: Invitation for Bids (IFB)

Addendum to Advertisement

 

1.       The Sustainable Development Programme of Lake Chad Basin (PRODEBALT) Nigeria under the Lake Chad Basin Commission wish to refer to its earlier publication for two Invitation of Bids (IFB) published in Daily Trust Newspaper of Monday July 15th 2013 for

(a)     Renovation of National Coordination Office (PRODEBALT/NGR/NCB/01/11)

(b)     Purchase of 100Nr Isothermal Containers, 170Nr Fish Drying Tray and 240Nr Chorkor Oven (PRODEBALT/NGR/NCB/03/13).

Inform interested bidders and general public that the date for the opening of the bids has been extended to 11.00am, on Thursday 12th September 2013 for (a) above and 11.00am on Thursday 19th September 2013 for (b) above.

2.       All other information on the PRODEBALT invitation for bids in the earlier publication of 15th July 2013 remains valid.

3.       Any inconveniences caused by this changes are regretted

Signed

Acting National Coordinator

Sustainable Development Programme

of Lake Chad Basin (Prodebalt) Nigeria,

Chad Basin Development Authority Premises,

Maiduguri, Borno State, Nigeria

+2348030636667

Request for Expression of Interest for Partnership at Ministry of Lands Physical Planning and Urban Development, Secretariat Abere, Osun

State Government of Osun

Ministry of Lands Physical Planning and Urban Development, Secretariat Abere, Osun

Request for Expression of Interest for Partnership on the Proposed Osogbo Iconic Streetscape Development.

1.       Along Old Garage/MDS/Olaiya/Gbogan Road Corridors

2.       Freedom Park (Osogbo Tain Station)

3.       Alekuwodo park and promenade

 

This is to invite suitably qualified and practicing Landscape Architects, Land Use Planners, Urban Environment Professionals, Consultants and Contractors to participate in the Osogbo Iconic Streescape Development of Road corridors within the State Capital Territory from Old Garage through MDS, Olaiya and Gbongan Road, up to the Secretariat roundabout. In addition to the Proposed Freedom Park within the Osogbo Train Station and Alekuwodo Park and Promenade (in conformance with the Urban Renewal Programme of Government.)

 

Interested participants can also provide proposals for (DBOT) Design, Built, Operate and Transfer.

 

Qualified Professionals

i.        Landscape Architectural Consultants

ii.       Urban/Land Use Planning Consultants.

iii.      Urban Environment and Infrastructure Consultants.

 

Study Background: The Ministry- is the Implementing Agency for the project which aims at improving the aesthetic appearance of the aforementioned improvement corridors, as well as provide commercial spaces along the corridor to enhance the proposed development. The corridor covers 6.75km of streetscape enhancement within the State Capital Territory and the period of implementation shall be six (6) months.

 

Job Description: The facilities and amenities expected to be provided within the road corridor include the following:

1.       Osogbo Streetscape Development Along Old Garrage/MDS/Olaiya/Gbongan Road Corridors

Provision of sidewalks and bicycle paths (with iconic bridges where appropriate); Landscaping (to include shade trees, ornamental trees, shrubs and grassing); Bus Stops including Bus Shelters; Lay-bys; Public parking lots, Embankment treatment, etc.

 

2.       Freedom Park (Osogbo Train Station), Osogbo

 

Public Parking lots; Public Toilets; Food courts; Food Court; Plazas; Passive Recreational Ground/Parks/ Sit-outs; Fountain: Landscaping (to include shape trees, ornamental trees, shrubs and grassing), etc.

 

3.       Alekuwodo Park and Promenade

 

River walk, Iconic Pedestrian Bridge, Public Parking Lot; Public Toilets; Food Courts; Plazas; Passive Recreational Ground/ Parks/Sit-outs; Fountain; Landscaping (to include shade trees, ornamental trees, ornamental tress, shrubs and grassing) etc.

 

Expression of Interest: Interested Members of the public and private organizations interested in partnering with the State of Government of Osun are invited to put forward their interest.

 

Qualifications:

The Consultant must be an expert in Landscape Architectural design and must be able to present evidence of similar jobs previously executed. Apart from this, the Applicant must be a Registered Professional in the chosen Profession.

 

The Consultant must have the capabilities of presenting proposals in CADD format with 3D Animation to enhance the proposal.

 

Interested Consultants should submit four copies of their profiles and Curriculum Vitae (C.V.) marked “Osogbo Streetscape Development” on the top left hand corner, on or before 6th September 2013 addressed to the honourable Commissioner, Ministry of Lands, Physical Planning & Urban Development.

 

For the Avoidance of doubt, agencies or organisations Interested in Partnering with the State Government in the project should forward application indicating interest to same place.

 

ARC. Muyiwa IGE

Hon. Commissioner, Ministry of Lands, Physical Planning & Urban Development

Osun a Dara………