Invitation to Tender for 3rd and 4th Quarter 2011 UBEC/SUBEB Projects at Ondo State Universal Basic Education Board

Ondo State Universal Basic Education Board

Invitation to Tender for 3rd and 4th Quarter 2011 UBEC/SUBEB Projects

The Ondo State Universal Basic Education Board hereby invite registered, experienced and reputable contractors to tender for the under-listed jobs:

1.       Job Description

Lot 1:          Construction of Caring -Heart -Mega Primary School at Supare, Akoko (21 Classrooms Resource Center etc)

Lot 2:          Construction of Perimeter Fence of Caring- Heart – Primary School at Supare, Akoko.

Lot 3:          Landscaping and external works of Caring -Heart- Mega Primary School, at Supare, Akure.

Lot 4:          Construction of Caring -Heart -Mega Primary School at St. Andrew’s Primary School, Alade-ldanre (10 Classrooms with administrative blocks etc).

Lot 5:          Construction of Perimeter Fence at St. Andrew’s Caring-Heart- Mega Primary School, Alade-ldanre.

Lot 6:          Landscaping and external works of St. Andrew’s Caring -Heart -Mega Primary School, Alade-ldanre.

Lot 7:          Construction of Caring- Heart- Mega Primary School at St. Victor Primary School, Ita-Ogbolu (10 Classrooms with administrative blocks etc).

Lot 8:     Construction of Perimeter Fence at Caring-Heart-Mega Primary School at St Victor Primary School, Ita Ogbolu.

Lot 9:     Landscaping and external works of Caring- Heart- Mega Primary School, at St. Victor Primary School, Ita Ogbolu.

Lot 10:   Renovation of four classrooms at St. Anthony Primary School Akure (Phase II).

Lot 11:    Renovation of three classrooms  at St. Anthony Primary School Akure (Phase II).

Lot 12:    Renovation of six classrooms at St. Anthony Primary School, Akure (Phase II).

Lot 13:    Renovation of two classrooms at Olasunmi Mutailatu Primary School, Ondo.

Lot 14:    Renovation of two classrooms at Olasunmi Mutailatu Primary School, Ondo.

Lot 15:    Renovation of four classrooms at Olasunmi Mutailatu Primary School, Ondo.

Lot 16:    Renovation of Perimeter Fence at Olasunmi Mutailatu Primary School, Ondo.

Lot 17:    Renovation of six classrooms AUD Primary School at Yemoja, Ondo.

Lot 18:    Renovation of two Nos of two classrooms AUD Primary School, Yemoja.

Lot 19:    Renovation of eight classrooms AUD Primary School at Yemoja, Ondo.

Lot 20:    Construction of Perimeter Fence at AUD Primary School, at Yemoja, Ondo.

Lot 21:     Renovation of three classrooms at Baptist Day Primary School, Arigidi Akoko.

Lot 22:     Renovation of four classrooms and headmaster’s office/Admin at Baptist Day Primary School, Arigidi Akoko.

Lot 23:     Construction of Perimeter Fence at Baptist Day Primary School, Arigidi Akoko.

Lot 24:     Renovation of Admin blocks and a block of two classrooms at St. George Primary School, Ile-Oluji

Lot 25:     Renovation of six classrooms at St. George Primary School, Ile-Oluji

Lot 26:     Renovation of six classrooms at St. George Primary School, Ile-Oluji.

Lot 27:     Construction of Perimeter Fence at St. George Primary School, Ile-Oluji.

Lot 28:     Renovation of four classrooms at St. Michael’s Primary School, Ero.

Lot 29:     Renovation of six classrooms at St. Michael’s Primary School, Ero.

Lot 30:     Renovation of eight classrooms at St. Michael’s Primary School, Ero.

Lot 31:      Construction of Perimeter Fence at St. Michael’s Primary School, Ero.

Lot 32:       Renovation of three classrooms at St. Luke’s Primary School, Isarun.

Lot 33:      Renovation of six classrooms at St. Luke’s Primary School, Isarun. Lot

34:             Construction of Perimeter Fence at St. Luke’s Primary School, Isarun.

Lot 35:      Renovation of three and two classrooms at new Church Primary School, Ipele.

Lot 36:      Construction of Perimeter Fence at St. Luke’s Primary School, Ipele.

2.       Requirement for Tendering

Interested contractors must submit along with their tenders the following documents:

i.        Evidence of registration of company with Corporate Affairs Commission.

ii.       Evidence of current Registration with Ondo State Ministry of Works for 2013.

iii.      Current 3 Years Ondo State Tax Clearance Certificate (2010,  2011 and 2012) or Current Federal Tax Clearance Certificate for Limited Liability Company.

iv.      Evidence of payment of Current 3 years Ondo State Development Levy 2011, 2012, and 2013.

v.       Original Receipt of payment of non-refundable Tender Fee of N500,000.00 for Lot1: N300,000.00 for Lot 7: N200,000.00 for Lots 3, 4, 6; N100,000.00 for Lots 2 5,8,9; N20,000.00 for Lots  10, 12, 16, 18, 19, 20, 22, 23, 24, 26, 27, 30, 31,  34, and 36; N10,000.00 for Lots 11, 13, 14, 15, 17,21,25,28,29, 32,33 and 35.

vi.      Evidence or past experience of execution of similar projects.

vii.     Company profile and address in Ondo State.

3.       Interested bidders can obtain contract details from State Universal Basic Education Board (SUBEB) Planning Research and Statistics Department, Oke-Eda, Akure after showing Evidence of payment of Tender fees.

4.       Contractors are requested to visit site before tendering as no additional jobs or Variation would be entertained on any of the listed projects.

5.       All tender documents for each Lot should be submitted in sealed, waxed envelope Marked SUBEB/UBEC/PRS/CH/11 and also indicate the Lot Number on top corner of the envelope.

Addressed to:

The Permanent Secretary,

State Tenders’ Board,

Cabinet and Special Services Department

Governor’s Office, Akure, Ondo State.

6.        Submission Date

All tenders must be submitted to the above address on or before 12 Noon on Wednesday 18th September, 2013.  Please note that Violation of any of the above conditions may render a tender invalid and Government is not bound to accept the lowest bid or give reasons for rejecting any tender.

 

Signed:

G. M. Ajayi (Mrs),

Permanent Secretary,

OSUBEB

Invitation for Bidding at AFRICAN DEVELOPMENT BANK

AFRICAN DEVELOPMENT BANK

Corporate Procurement Division

International Competitive Bidding for Procurement of Construction Works for African Development Bank Nigeria Field Office -ADB/ICB/CGSP/2013/0120

The African Development Bank (hereafter referred to as “The Bank”) is seeking providers for the provision of Construction works for its field office in Abuja (Nigeria).

The Bank therefore wishes to invite bids from eligible and experienced bidders for the provision of construction works specified in the bidding document.

The Bidding Document is available for downloading from this link: http://www.afdb.org/en/about-us/corporate-procurement/business-opportunities/current-solicitations. Alternatively, the document may be obtained by sending a request to tender@afdb.org.

2.       Applicants must originate from one of the Bank’s member countries, list of which is provided at www.afdb.org.

3.       Evaluation will be conducted based on criteria published in the bidding document.

4.       The Bids should be submitted in sealed envelopes delivered at the address below by October 24th, 2013 at 3:00pm Tunis, Tunisia, local time. The envelopes should be clearly marked:

 

International Competitive Bidding for Procurement of Construction Works for the African Development Bank

Nigeria Field Office – Reference: ADB/ICB/CGSP/2013/0120

Corporate Procurement Division, CGSP.2

EPI Block B Building, Office 2A2

African Development Bank

ADB Temporary Relocation Agency (Tunis)

Angle des trois rues: Avenue du Ghana, Rue Pierre de

Coubertin, Rue Hedi Nouira

BP: 323 -1002 Tunis Belvedere, Tunisia

DO NOT OPEN UNTIL ON BID OPENING DAY & TIME:

Thursday 24th October, 2013 3.00pm (Tunis Time)

 

5.       The Bank will reject late bids.

6.       A Site Visit and a Pre-Bid meeting will take place, it will be at the following date, time and place:

Date: 27th August 2013

Time: 10.00AM

Place: African Development Bank’s Plot of land in Abuja

Plot 1521 CADASTRAL ZONE AGO

Adjacent to Silverbird Galaria, by Yar’Adua Centre

Central Business District, Abuja

 

7.       The bid validity period shall be: a minimum of 120 days after the deadline for submission of tenders.

Call For Expression Of Interest at JOHN SNOW, INCORPORATED

JOHN SNOW, INCORPORATED

SCMS/USAID/DELIVER PROJECT- NIGERIA

Call For Expression Of Interest: Site Survey

The Partnership for Supply Chain Management (PFSCM) was established in 2005 as part of the President’s Emergency Plan for AIDS Relief (PEPFAR). PFSCM manages the USAID-funded Supply Chain Management System (SCMS) project in Nigeria. The SCMS project, in collaboration with the Food and Drug Services Department of the Federal Ministry of Health, is looking to engage the services of an architectural/engineering firm to carry out a site survey of the premises of the Federal Medical Stores, Oshodi, Lagos.

 

The site plan to be developed will have (but should not be limited to) the following tasks/scope of work:

DIMENSIONS

  1. Provide narrative measurements and bounds description on survey referencing a fixed monument or GPS monument
  2. Provide area of site in square meters
  3. Provide a location map showing the site (indicating site corner pegs with boundary lengths) and its relationship to surrounding areas
  4. Show all encroachment including overhead utility wires, easements (i.e. a right to use the property of another without possessing it) if observed
  5. Place on site steel site boundary pegs marked with white washed rocks for protection, such that building contractor can find later on
  6. Provide full address of site to include number, street, city, local government area and state
  7. Provide all plans in a clean, high quality Mylar copy of the survey with ten (10) prints, all signed and sealed
  8. Provide two (2) disks containing electronic versions of the plan developed using AutoCAD

TOPOGRAPHY

  1. Show all elevations observed on site with a maximum of 0.5m intervals
  2. Show all elevations of edge of pavement and/or gutter line

STRUCTURES

  1. Show all existing buildings with dimensions on site plan including walls, concrete mats, light poles, etc.
  2. Locate all fences that exist, show with type and height on site plan
  3. Locate all trees and show on the plan
  4. Locate and indicate all parking spaces/layouts that exist on site plan

ROADS

  1. Indicate the entrance/entrances to the site with distances
  2. Show the internal road layouts within the premises on site plan, which will include driveways
  3. Indicate roads immediately surrounding the site’s position on the site plan, indicating road surface height in relation to the site surface

UTILITIES

  1. Provide names, addresses and phone numbers of all utility companies serving the site (if it exists)
  2. Locate and show all utility poles (i.e. electric and telephone), underground utilities (with sizes if in existence) and sanitary sewers and manholes (showing distances from warehousing units that are present)
  3. Indicate all visible mini sub-transformers, water taps/valve boxes and fire hydrants on the site plan

STORM WATER MANAGEMENT/FLOOD PLAIN

  1. Locate and show all provisions made for a storm sewer on site of premises

QUALIFICATIONS

Interested contractors must demonstrate a track record of high quality work, financial stability and capacity to complete the work in two (2) weeks from award of contract and have the following expertise:

Architectural firm or organization with a team of architects and quantity surveyors with experience in carrying out site surveys and developing site plans.

 

Prospective firms should submit their Expression of Interest to SCMS by email to site-survey@ng.jsi.com before 27th August 2013. The submission must include the following:

  1. Company profile (not more than 3-4 pages)
  2. Evidence of tax clearance for the last 3 years and VAT registration certification
  3. Certificate of company’s incorporation with the Corporate Affairs Commission
  4. Evidence of registration with the Federal Ministry of Works
  5. Evidence of successful development of similar site plans within the last 3 years
  6. Contact details of 3 referees associated with company’s track record

 

SCMS will shortlist firms that submit the required documents and only shortlisted firms will be invited to site and asked to quote for their services.

Request for Expressions of Interest (Consulting Services) at Abuja Urban Transport Project

Request for Expressions of Interest (Consulting Services), Nigeria

Abuja Urban Transport Project

Transport

The Federal Capital Territory Administration, Transport Secretariat Project office, has applied for financing from the African Development Bank toward the cost of the Preparatory Studies for The Abuja Urban Transport and intends to apply part of the agreed amount for this grant to payments under the contract for Preparatory Studies for the Abuja Urban Transport.

The services included under this project are:

  1. Development of the concept design of BRT route In the FCT and It’s environing as a part of a multi modal integrated transport provision for the city.
  2. The study should Investigate different BRT configurations and their potential application to the gateway route in Greater Abuja which Includes the FCC, satellite towns and neighbouring states of Nasarawa and Niger including the interactions of these routes at the CBD.
  3. It should include but not limited to analysis of elements, such as:
  • operational concept (trunk / feeder; diameter routes),
  • bus lines (exclusive, preferential, kerbside, median),
  • type of buses (large, medium, small, according to existing demand patterns       and desired level of service),
  • type of fare collection (in bus, prepayment, fare collection technologies),
  • types of control (technology intensive, people Intensive).

The duration of the study should not be more than 18months.

The Federal Capital Territory Administration, Transport Secretariat Project office, now invites eligible consultants to indicate their interest in providing these services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). Consultants may constitute joint-ventures to enhance their chances of qualification,

Eligibility criteria, establishment of the short-list and the selection procedure shall be in accordance with the African Development Bank’s “Rules and Procedures for the use of Consultants” May 2008 Edition, Revised July 2012, which is available on the Bank’s website at http://www.afdb.org.

 

Interested consultants may obtain further information at the address below during office hours, 9.00am -5.00pm, Nigerian Time, (-1 hour GMT) Mondays through Fridays (except public holidays).

 

Expressions of interest (Three hard copies) must be delivered to the address below by 28th August 2013 at 4:pm. Nigerian Time and mention “Expression of Interest for the Preparatory Studies for the Abuja Urban Transport”.

 

Attn: Engr. Wilson Unogwu (Director)

Transport Secretariat Project Office,

Nigerian Reinsurance Corporation Building, 5th Floor

Plot 748 Herbert Macaulay Way

Central Area, Abuja Nigeria,

Tel/ + 234(0)8138195860, + 234(0)8054942895

E-mail: unogwuwil@yahoo.com, unogwuwil@gmail.com

Technical/Financial Bid at Energy Commission of Nigeria of Nigeria (ECN)

Energy Commission of Nigeria

Technical/Financial Bid

1.     Introduction

The Energy Commission of Nigeria of Nigeria (ECN) wishes to notify the general public of its intention to execute sustainable Energy Pilot projects in the Lake Chad Region under the sponsorship of our development partners. In view of the above, technical and financial bids are invited from interested and eligible management consultants/contractors to submit tenders for any of the following projects.

2.     Scope

  The Scope of work includes:

Lot 1:          Sensitization workshop on pilot projects for the introduction of clean cook stove and solar PV-Powered Water Boreholes to be held in N’Djamena, Chad Republic.

Lot 2:          Provision of solar powered water Boreholes and training of beneficiaries on maintenance of solar powered water boreholes.

Lot 3:          Training, Construction and Distribution of Energy Efficient clean cook stove in Lake Chad Basin Area.

3.     Bidding Criteria

The following requirements for Tender Bid must be submitted:

1)    Certificate of Registration with Corporate Affairs Commsssion

2)    Valid Tax Clearance Certificate

3)    Pencom Compliance Certificate from National Pension Commission

4)    ITF Compliance Certificated in the Lake Chad region.

5)    Company Profile with list of Key Personnel with relevant experience and track records.

6)    Evidence of similar projects executed in the Lake Chad Region

7)    Articulated Work plan and methodology.

8)    Evidence of financial capability.

Submission

Bid document containing specifications on the interested Lots can be obtained from the Office of the Secretary, public procurement Committee at the ground floor of the Energy Commission of Nigeria upon Payment of N60. 000 Bank Draft in favour of Energy Commission of Nigeria

Completed Technical and Financial bids MUST-BE Addressed and submitted in two (2) different envelopes and marked “TECHNICAL AND FINANCIAL BIDS” and sealed in a third envelope indicating clearly Lot of interest at the Top left corner of the envelope and be dropped in the relevant box on or before 2nd September, 2013.

 

To

The Director General/CEO

Energy Commission of Nigeria

Plot 701C., Central Business Area

P.M. B. 358, Garki.

Abuja

 

Note

  • Bids shall be closed at 10.00am and be opened immediately thereafter on 2nd September, 2013 at the premises of the Energy Commission of Nigeria
  • Only Companies whose Technical bids fulfill the requirements would have their Financial Bids opened.
  • Name, address, email and contact numbers of the contractor should also be clearly written at me back of the envelopes.
  • Submission of bidding document is not a guarantee for the award of contract
  • Late submission will not be accepted.

 

Signed

Director – General/ CEO

Energy Commission of Nigeria, Abuja