Invitation for Tender at Ekiti State Universal Basic Education Board (EKSUBEB)

Government of Ekiti State of Nigeria

Ekiti State Universal Basic Education Board

Subeb Building. Stadium Road, Okesa, Ado Ekiti, Ekiti State.

Invitation for Tender

 

The Ekiti State Universal Basic Education Board (EKSUBEB) invites reputable contractor to tender for the various works under the first to fourth quarters 2010 OUBEC interventions.

 

Lot I-Infrastructural

Construction of blocks of six (6) classrooms storey building with terrazzo flooring, long span aluminium roofing sheet in selected public primary schools and junior secondary schools across the state.

 

Lot II

Construction of blocks of four classrooms (with office) with terrazzo

Flooring, long span aluminium roofing sheets in selected public junior secondary schools across the state.

 

Lot III

Construction of blocks of three classrooms (with office) with terrazzo

Flooring, long span aluminium roofing sheets in selected public primary schools across the state.

 

Lot IV

Renovation of blocks of classrooms with terrazzo flooring, long span aluminium roofing sheets in selected public primary and junior secondary schools across the state.

 

Lot V

Construction of blocks of four hole squatting V.I.P. Toiles in public primary and junior secondary schools across the state.

 

Lot VI

Construction of four seater Nursery Furniture items.

 

Lot VII

Construction of two seater steel legged Pupils Desks and Benches

 

Lot VIII

Construction of two seater steel legged Students Lockers and Chairs.

 

2.     Tender Requirements

Interested and able contractors are to submit along with their application the following documents

i.     Evidence of company’s registration with Corporate Affairs Commission (CAC).

ii.   Evidence of company’s registration with Federal Inland Revenue services (FIRS).

iii.      Three years Tax clearance certificate (2008, 2009 and 2010)

iv.   Evidence of previous works/projects satisfactorily executed,

v.    Each would be bidder is expected to show an evidence for the payment of tender fee in the appropriate category,

vi.   Tender documents and additional information may be collected from the office of the Director, Planning Research and Statistics.

vii. Interested contractor may tender for more than one lot or lots separately and should note that failure to include any of the required documents above renders the tender invalid.

 

3.    Submission:

All valid render documents should be submitted in sealed envelopes marked “Tender for 2010 UBE Intervention Projects” and addressed to

 

The Tender Secretary

Ekiti State Universal Basic Education Board

P.M.B.5321

Okesa, Ado -Ekiti.

 

On or before 27th January 2012. Late submission of tender documents will not be entertained.

 

Signed:

Executive Chairman

Ekiti SUBEB.

Invitation for Technical and Financial Proposal for Maintenance and Facility Managements of the new Ilorin Central Juma’at Mosque at Ilorin, Kwara State

The Central Working Committee

Ilorin Central Juma’at Mosque Project

Invitation for Technical and Financial Proposal for Maintenance and Facility Managements of the new Ilorin Central Juma’at Mosque Ilorin, Kwara State, Nigeria.

 

1)      Background:

The Ilorin Central Juma’at Mosque in Ilorin built over 30 years ago has just been remoulded, reconstructed, refurbished and redecorated. The management is desirous of ensuring regular upkeep and maintenance of the new iconic architecture to justify the huge amount spent and avoid the level of dilapidation suffered in the past. It has therefore decided to consecion the maintenance of the mosque out to a reputable organization for effectiveness.

 

2)      Invitation:

The mosque management therefore invite interested and reputable facility management firm /consortia with requisite experience to express their interest in providing the services.

3)      Brief Description of the Project/Scope of Works:

The Ilorin Central Juma’at Mosque has internal capacity for over 4,000 worshippers and external capacity for about 16,000 worshippers. The mosque is fully air-conditioned and fitted with state of the Arts, Islamic Calligraphy and Arts Works. The external is finished in high quality, high profile porcelain tiles and grc ornamentation.

 

The doors are purposed made hand carved wooden doors while the windows are patterned in Islamic arts. Five of the Fifty – Two domes are covered with golden stainless steels while the four half domes are finished with bronze coloured stainless steel and the remaining domes are finish with gypsum reinforced concrete painted.

 

The mosque is fenced with six main gates, it has four ablution/toilet building and elaborate landscaping. It has a power house with 400KVA, and 150KVA generators and a dedicated transformer.

 

4)      Requirement:

A comprehensive maintenance and facility management structure is required to cover every major components of the mosque complex.

 

5)     Bidding Document

A complete set of bidding document/Term of Reference can be obtained upon payment of a non refundable tender fee of Twenty- Five Thousand Naira (25,000.00) payable in Bank Draft in favour of The Ilorin Central Juma’at Mosque.

6)     Others:

In addition, bidders are requested to meet the following criteria:-

a)       Verifiable contact address (not post office box) and the CV of the principal

b)      Fully registered practicing professionals in firm in the field of Engineering, Architecture and facility management

c)       Evidence of VAT registrations

d)      Company audited accounts for 3 years

e)       Evidence of financial capacity and dean bill of financial health form bankers.

 

7)      Submission of Technical and Financial Bids

i)       In View of the above, interested professional Organizations are required to submit both technical and financial bids in two separate envelopes enclosed in one package.

 

ii)      Only the successful organizations will be notified of the outcome of the exercise. The office is not bound to enter into further correspondence with any of the unsuccessful organizations.

 

8)      Methods of Application:

Four (4) hard copies and one (i) soft copy (CD or DVD) of the pre-qualification documents should be submitted in sealed envelopes which shall bear the words Prequalification Documents for Facility Management of Ilorin Central Juma’at Mosque. The envelopes should bear the names and phone numbers of the submitting entity. Improperly marked, or unmarked envelopes, will automatically be disqualified.

 

All documents shall be returned to the following address on or before 12th January 2012.

 

The Project Manager/Consultants

Central Working Committee

Ilorin Central Juma’at Mosque Project

22, Akure Road,

Adewole Housing Estate

Ilorin, Kwara State.

 

Invitation to Tender for TET Fund Special Project for Construction of Entrepreneurship Centre at Modibbo Adama University of Technology, Yola

Modibbo Adama University of Technology, Yola

(Office of the Registrar)

Private Mail Bag 2076 Yola, Adamawa State, Nigeria

Tel: +2348052114437 Email: registrar@mautech.ng Web site: www.mautech.edu.ng

Invitation to Tender for TET Fund Special Project for Construction of Entrepreneurship Centre at the Modibbo Adama University of Technology, Yola Modibbo Adama University of Technology, Yola

 

Modibbo Adama University of Technology, Yola (Formerly, the Federal University of Technology Yola), wishes to invite interested Contractors/Companies to tender for the under-listed TET Fund special project as follows:

 

S/NO          LOT            PROJECT

1.                I                  Construction Entrepreneurship Centre

 

Technical Bid Documents to be Submitted Along with Financial Bids:

The following documents are required to be submitted along with the Tender,

1.       Certificate of Incorporation in Nigeria as a Limited Liability Company.

2.       Tax Clearance Certificate for the past three years issued by a Board of Internal Revenue Service of any State of the Federation and Abuja, or the Federal Inland Revenue Service (FIRS).

3.       Evidence of VAT Registration.

4.       Evidence of compliance with the provision of Pension Reform Acts 2004 as contained in section 16 (6) (d) of the Public Procurement Act 2007.

5.       List of similar projects executed in the last three years, with Certificates of completion of such projects from clients.

6.       Evidence of financial capability to execute the job to be tendered for, supported with latest audited account.

7.       List of key personnel to be assigned to the project with professional qualifications.

8.       List of relevant equipment at the disposal of the Company to be deployed for the works and their location.

 

Tender Fees:

Interested Contractors /Companies are required to pay a non refundable tender fee of sixty thousand naira only (60,000.00).

 

Collection of Tended Documents:

Tender documents containing details of works can be obtained from the office of the Director, Physical Planning Unit Room J1, Central Administration Building of the University on presentation of evidence of payment of the prescribed tender fee.

 

Submission of Tender Documents:

All technical and financial bid documents are to be sealed in a single ENVELOPE and be clearly marked. For example: “Tender for Construction of 4 Block of Classrooms and 8 Offices” before submission. Envelope containing the tender documents shall be submitted to the Office of the Registrar, Room G7, Central Administration Building of the University on or before Wednesday 1st February. 2012 by 12:00 PM. Late submission shall not be accepted.

 

Opening of Tenders:

All tenders shall be publicly opened by on Thursday 2nd February 2012 by 11.00AM in the Old Council/Senate Chamber of the University. All Contractors/ Companies or their representatives are invited to attend.

 

Signed

Alhaji Ahmed Usman Wurochekke

Registrar

Invitation for Pre-Qualification Documents for the Supply of Books, Reference Materials, E-Library Development and Installation of Computers with Accessories under the 2009 and 2010 ETF Intervention at Kogi State College of Education

Kogi State College of Education

P. M. B. 1033 Ankpa

(Office of the Registrar/Secretary to the Tenders Board)

Invitation for Pre-Qualification Documents for the Supply of Books, Reference Materials, E-Library Development and Installation of Computers with Accessories under the 2009 and 2010 ETF Intervention

A.      Introduction

The College hereby invites competent and reputable contractors to submit pre-qualification documents for the under-listed items.

 

Lot 1:     Procurement of 158 titles of various books and reference materials and 309 different journals.

Lot 2:     Development of E-library and installation of computer sets with all the accessories.

 

B.      Scope of work

Lot 1:     The work involves the supply and delivery of 158 titles of various books, reference materials and 309 different journals that cut across disciplines.

 

Lot 2:     The work involves the installation of twenty (20) computer sets and networking, provision of round computer tables, KU Band antenna and development of E-library to receive E-resources, E-books, e-journal, e-data bases and subscription. The work includes the provision of A. 3.5kva inverter as a power back-up.

C.           Pre-Qualification Documents

For pre-qualification, the following documents must be tendered for consideration:

1.       Company’s Registration with Corporate Affairs Commission

2.       Company’s Registration with the College.

3.       Evidence of experience in similar projects with photograph(s)

4.       Evidence of qualified technical and administrative staff.

5.       Evidence of company’s financial capability supported by the Banker’s report

6.       Up-dated tax clearance for the last three (3) years.

7.       Annual turnover of audited accounts for the last three years.

8.       VAT Registration certificate

9.       Evidence of compliance with PENCOM requirements

 

NOTE: Submitted items must be neatly typed, bound and arranged serially for easy reference.

 

D.    Submission and Opening:

1.       Each contractor is expected to submit his/her pre-qualification documents in line with section “C” in sealed envelope on or before 2nd February 2012 by 12.00 noon. Submissions are to be made to the Office of the Registrar/Secretary to the Tenders Board, Kogi State College of Education, Ankpa, and must be clearly marked “Pre-qualification” for any of the projects with the lot number on the left side, and with payment of a non-refundable fee of N10,000.00 as pre-qualification fee.

 

2.       The Pre-qualification documents shall be opened on the same day in the council chamber of the College with the willing contractors in attendance.

 

E.       Tender Bids:

1.       All pre-qualified bidders will be required to buy full tender bids for a non -refundable fee of N 10,000.00 for LOT 1 and N20,000.00 for LOT 2.

 

2.       All completed tender bids must be returned to the Registrar and Secretary to the Tenders Board on or before 16th February 2012 by 12.00 noon and shall be opened immediately for full tender processes.

 

NOTE: Only reputable and competent contractors need apply.

 

Signed:

Mr. Drisu Okal

Registrar/Secretary, Tenders Board.

Request for Expressions of Interest at Infrastructure Concession Regulatory Commission (ICRC)

Infrastructure Concession Regulatory Commission (ICRC)

The Public Private Partnership (PPP) Project

Environmental Audit Of Kiri Kiri Lighter Terminals 1 and 2

Request for Expressions of Interest

The Federal Government of Nigeria (FGN) has applied for a credit from the International Development Association (IDA) to be used primarily for infrastructure up-scaling in the different sectors of the country through PPPs by providing technical assistance, capacity building and long-term financing. ICRC now intends to apply part of the proceeds of this credit to payments for the services of highly qualified consultants to carry out an Environmental Audit of Kiri Kiri Lighter Terminals I & 2.

 

The objective of this audit is to determine the nature and extent of all environmental areas of concern at Kiri Kiri Lighter Terminals 1 & 2, including health, safety and social at and around existing facility(ies) and/or with corporate practices. The assignment is to determine compliance with applicable EHSS legislation, regulations and standards, identifies and justifies the appropriate measures to mitigate the areas of concern, estimates the cost of mitigation measures, and recommends a schedule for implementing these measures (EMP/ERCP) at the two terminals.

 

The Consultant is expected to carry out the following tasks:

  • Identify past, ongoing and potential future EHSS concerns, which may be a potential liability, and develop the scope, costs and schedule for mitigation (Environmental Monitoring Plan (EMP) and Environmental Remediation and Compliance Plan (ERCP) and monitoring activities to timely and efficiently address the identified problems.
  • Undertake an inspection of the different Kiri Kiri  Terminals 1 & 2 sites, installations and operating practices, and document specific pollution problem areas.
  • Assess    environmental    impacting    factors    (notably gaseous, liquid and solid effluents) and environmental impacted components (notably air quality/pollution, sea water quality/pollution,  soil pollution  and health/safety/security matters.
  • Review of Nigerian’s, relevant existing and pending environmental legislation, standards, and permits, as well as the country’s occupational health and safety legislation (FMEnv, NESREA, State laws and local government laws (if it exist);
  • Review the relevant policies of the World Bank and its environmental, health and occupational health and safety guidelines, including Pollution Prevention and Abatement Handbook;
  • Review all relevant existing in-house documentation, including compliance records and historical information;
  • Identity all environmental (e.g. presence of hazardous wastes such as PCBs, toxic wastes such as BTEX (benzene, toluene, ethylbenzene, xylene), water pollution, waste management practices, etc,) and occupational health and safety concerns related to both, past and ongoing  activities  in  the  facilities  to be rehabilitated;
  • Assess hazards or risks for local communities and adequacy of procedures for warning and emergency responses (consult with community  leaders, if appropriate);
  • Identify’ the capacity to monitor the execution of the remediation action plan within and outside the two terminals   and   training   needs   to   ensure   efficient implementation of the Environmental Management Plan;
  • Develop Environmental Management Plan for these terminals which may be further developed to be adopted to other terminals.

 

The consultant will also be required to:

  • Identify all existing Legal, Institutional. Lessee and land issues, Land disputes, pending legal eases and other liabilities;
  • Identify  and  evaluate  all  existing  safeguards  (Environment,  Health, Safety, Security and Social) policies/issues;
  • Study/evaluate the access roads, conditions of roads within the two terminals, possible linkage between the two terminals and the conditions of the channel in-between the two terminals and the conditions of the channel in-between the two terminals
  • Conduct field sampling (i.e. impact evaluation) for soil, water, sediment, air, noise and odour. Each sampling should be geo-referenced using a GPS;
  • Recommend   institutional   arrangements for effective environmental benchmark and delineate responsibilities as appropriate.
  • In particular, the Consultant or auditor shall review the methods used in the two terminals as a whole for collecting and analyzing scientific data, traditional knowledge and other pertinent information for the purpose of monitoring the Cumulative impact on the environment of concurrent and sequential uses of land and water deposits of waste.

 

Submission of Expressions of interest (EOls).

  • Prospective Consultants should submit an Expression of interest detailing the following minimum requirements as a basis for pre-qualification:
  • Profile of firm including ownership structure with full contact details;
  • Evidence of business registration in home country;
  • Capability profile of the firm (Track. Records in Environmental Audits/Studies)
  • Details of direct experience advising governments in Environmental Audits).
  • Description of experience  working in Nigeria and/or sub-Saharan Africa including proof of local capacity development experience; and Evidence of alliance/partnership between consortium member if applicable
  • Evidence of tax clearance in home country for the past three years.

 

The Consultant will be selected in accordance with the procedures set out in the World Bank Guidelines: Selection and Employment of Consultants by World Bank Borrowers. January 1997 (Revised September 1997, January 1999, May 2002, May 2004. October 2006 and May 2010).

 

Expressions of Interest must be submitted in three (3) copies (one original and two copies) in a sealed envelope clearly marked “EXPRESSIONS OF INTEREST FOR ENVIRONMENTAL AUDIT OF KIRI KIRI LIGHT TERMINALS 1 & 2. A CD-ROM version should also be included.

 

The expressions of interests should be addressed and delivered  on or before  12th January, 2012 by 5.00pm at the address below:

 

Nelson T. Hundumofore

Project Procurement

Infrastructure Concession Regulatory Commission

Annex Office

No. 1, Ali Akilu Crescent,

Aso Villa, Asokoro, Abuja

 

Email: n.hundumofore@icrc.gov.ng

 

Interested applicants may obtain further information at the address above from 8.00 am to 5.00 pm, Monday through Friday (except public holidays)

Only shortlisted Consultants will be contacted.

Expression of interest through email or fax will not be entertained.