Construction of the Proposed Senate Building at Adekunle Ajasin University, Akungba Akoko

Adekunle Ajasin University

Akungba-Akoko (AAUA) Ondo State, Nigeria

Invitation to tender for the construction of the proposed

Senate Building at Adekunle Ajasin University, Akungba Akoko,

Ondo State, Nigeria.

Introduction

Adekunle AJasin University intends to execute the above project to provide befitting accommodation for its principal administrative and management functions. Consequently, the University intends to chose a building Contractor for the construction works through a competitive tender. Adekunle Ajasin University hereby invites sealed, tenders from eligible and qualified construction companies for the Project, which shall comprise a 5 Storey Office Block, Electrical intake Infrastructure, Hard and Soft Landscaping.

Tender Procedure

2.       The Tenderers are required to prepare and submit their tenders in three separate parts, namely:

i. Technical Tender

ii. Commercial Tender

iii. Bid Bond of 2% of the tender figure from a reputable bank

3.       Bids shall be prepared and submitted in accordance with the aforementioned Tender Documents (2 above )

In the event of a contract award, bidder will be required to enter into a formal Contract Agreement in the form of and based on the proposed Contact Documents. Only Commercial Tenders of bidden who meet the minimum technical criteria will be considered.

Minimum Qualification Criteria

This invitation to tender is based on meeting prescribed minimum criteria: company’s experience, personnel & equipment capabilities and financial position, In order to qualify tenderers must therefore have:

  • Average annual turnover as prime contractor (defined as billing for works progress and completed) over the last three years of N1,500,000,000.00
  • Verifiable successful experience as prime contractor in the execution of at least two projects of a nature comparable to the Project, within the last three years.
  • In, or immediately available for employment, a construction project manager with an engineering or related professional qualification with a minimum of fifteen years’ experience in works of an equivalent nature and volume, including no less than three-years as manager.
  • Assured access (through hire, lease, purchase agreement or other means) to key items of equipment in full working-order essential for the successful execution of the Project, and
  • Available, or demonstrable access to, liquid assets, unencumbered real assets, lines of credit and other financial means sufficient to meet the construction cash flow for a period of three months, estimated at N300, 000, 000.00 net of the company’s commitments for other contracts.

Companies which do not meet the above minimum qualification requirements need not respond to this invitation to tender.

  • AAUA reserves the right to waive minor deviations if, in its opinion, they do not materially affect the capability of a company to perform the contract.

Purchase & Collection of Tender Documents

  • Tender Documents in English Language (hard & soft copies) may be purchased from the address below upon payment by certified bank draft, of a nonrefundable fee of N500,000.00 (Five Hundred Thousand Naira only) made out in favour of Adekunle Ajasin University, Akungba-Akoko.
  • Tender Documents shall be collected in person from:

The Acting Director,

Works and Physical Planning,

Adekunle Ajasin University, Akungba-Akoko.

Return of Tenders

  • Completed tender documents and qualification information/documentation (Hard copies only) should be sealed as prescribed in the Instructions to Tenderers and returned by hand or registered delivery on or before 12 Noon of 9th November 2010 to the address provided below:

The Acting Registrar,

Adekunle Ajasin U niversity,

Akungba-Akoko,

Ondo State.

  • Note also that:

Failure to provide Information that is essential to evaluate a company’s qualifications or to provide timely clarification or substantiation of the information supplied, may result in disqualification of the company: and AAUA will not be liable for any failure arising from the provision of incorrect or illegible information.

Opening of Tenders

11.     Tenders will be opened in the presence of the tenderers’ representatives who choose to attend in at the Council Chamber of the University at 1.00 pm of 9th of November

Contact Address

12.     All queries and communications should be referred to:

The Acting Director,

Works and Physical Planning,

Adekunle Ajasin University, Akungba-Akoko.

In the alternative, tenderers may call any of the following numbers:

07031916981, 08053158720

Or email to:

orimsao4real@yahoo.com

Signed

Mr. R.B. Olotu

Acting Registrar & Secretary to Council

Rehabilitation/Maintenance of Rural Roads at Kaduna State Government Rural Access and Mobility Project – Kaduna (Ramp 1)

Specific Procurement Notice

Invitation for Bids

Kaduna State Government

Rural Access and Mobility Project – Kaduna (Ramp 1)

Rehabilitation/Maintenance of Rural Roads

Output and Performance Based Road Contracts (OPRC)

Credit No.: CR 4408-NG

  1. This invitation for prequalification follows the general procurement notice for this project that appeared in the Development Gateway Market Web Site and appeared in Development Business, issue no. 725 of 30th day of April, 2008.
  2. The Kaduna State Government has received a credit of US$ 60 Million from the International Development Association (IDA) towards the cost of the Rural Access and Mobility Project (RAMP 1) in Kaduna State and it intends to apply part of the proceeds of this credit to payments for Output and Performance based Road Contracts (OPRC) on its rural road network.
  3. Rural Access Mobility Project, Kaduna State Ministry of Works and Transport, now invites sealed bids from eligible bidders for the construction Rehabilitation and Maintenance of 229.3Km of road works as shown in table below
Lots Total (km) Paved

(km)

Unpaved

(km)

Contract / Bid Ref.
Lot S 1 133.4 23.2 110.2 MOW&T/KADRAMP/ICB/WORKS/OPRC/01/LOT S l
Lot S 2 119.1 119.1 MOW&T/KADRAMP/ICB/WORKS/OPRC/01/LOT S 2
  1. The objective of the contracts is the Management and Maintenance of Road Assets to defined Service Levels over a period of 5 years. The Works comprise (i) Maintenance Services that include Initial Works needed to bring roads to the required standards and service levels as well as Maintenance Works for the remainder of the contract period, (ii) Improvement Works aiming at adding new characteristics to the Roads, including drainage structures, larger embankments and some sections to be upgraded from unpaved to paved standard, and (iii) Emergency Works needed to repair damage caused by unforeseen natural events.
  2. Under the OPRC approach, it is expected that the Improvement and Initial Works under each lot will be completed within the first two years to be followed by road maintenance during the remaining contract period of about three years.
  3. Qualifications requirements include: Possession of experience as a Prime Contractor for at least two (2) works of a similar nature and complexity equivalent to the works over the last five (5) years. To comply with this requirement works site should be at least 70% complete.
  4. The Amount of annual turnover in construction works in the last five years (5) in works that have been successfully and substantially complete and that are similar to the proposed works under this contract is specified for each Contract as LOT S 1 USS8million and LOT S2US$6.5 million or equivalent. Nigerian Naira.
  5. Have a Contract Manager with at least 15 years experience of equivalent nature and volume including not less than 5 years as Contract Manager among its core staff that have a minimum of B.Sc. Degree in Civil Engineering or equivalent Qualification.
  6. The bidder should demonstrate adequate technical capacity for planning and design of rural road works together with the managerial and financial capacity to fulfill the requirements of the contract.
  7. Own a substantial proportion on the construction equipment require to successfully execute the contract.
  8. Provide annual audited account certified by a professional auditor for the last 5 years.
  9. For the last five years 10 demonstrate: The current soundness of the applicants financial position and its prospective long term profitability and having a liquidity and or evidence to or availability of confirmed positive credit facilities of not less than
  10. Lot S1 $0.9m<

Procurement of Good at National Automotive Council (NAC)

The National Automotive Council (NAC)

(Federal Ministry of Commerce and Industry)

Public Private Partnership (PPP) Project for the Development of Mechanic’s Villages Consultancy for the Preparation of an Outline Business Case

Request for Expressions of Interest

For over two decades, many State Governments have provided land for mechanic’s villages. However, few have been developed and provided with all necessary infrastructure with the result that most car repair is done in the open with inadequate tools and equipment. Accordingly, the National Automotive Council wishes to partner with the State Governments, the mechanics and other stakeholders to encourage private sector participation in the design, financing, constructing, operation and maintenance of selected Mechanic Villages through concessions or other contractual arrangements. The main objective of selected Mechanic Villages through concessions or other contractual arrangements. The main objective of this intervention is to ensure prompt and efficient repair of vehicles, while ensuring the safety of the mechanics and protection of the environment.

The procurement of the new facilities will follow the National Policy on Public Private Partnership (PPP) published by Nigeria’s Infrastructure Concession Regulator,  Commission (ICRC) and World Bank Guidelines. This policy requires, as part of the project preparation phase, that an Outline Business case (OBC) is prepared and approved before the start of a procurement phase.

The Consultant is required to prepare an OBC for mechanic’s villages in accordance with the National Policy. The OBC will examine the technical and financial viability of the project, and the associated risks, and analyze a number of funding options for mechanic’s villages in at least six locations across Nigeria.

Scope of Work

The main objective of this consultancy is to establish the technical, economic, and financial viability of the mechanic villages as PPP projects, through the OBC Among the tasks involved in the generation of the OBC are:

  1. In consultation with at least six State Governments identify potential sites
  2. Quantify the demand for such facilities and describe the type of facilities and equipment that should be provided, in consultation with potential users and other stakeholders.
  3. Propose options for charging for the use of the facilities and any common services, and develop a financial model to analyze costs and revenues, including likely financing costs, of input assumptions and calculate key rations and internal rates of return;
  4. Propose the term of any concession agreement and the allocation of project risks between the parties (including State Governments), with a proposed payment mechanism. Identify any legal issues or constraints that would need to be resolved.
  5. Provide a high-level review of the project’s commercial and economic rationale, desirability, and policy context
  6. Options analysis- If the project is found to be suitable for PPP, presentation of the range of technical, legal and financial options for structuring PPP transaction(s), particularly in relation to the size and scope of services provided  at each village

For each PPP business option, the following tasks are required:

  • Cost estimation- preliminary project costing, including expected capital outlays such as construction and ongoing maintenance costs, as well as a discussion of non-quantifiable costs;
  • Preliminary assessment of social and environmental impacts of the project, highlighting likely major impacts that have been addressed in option development/assessment
  • Thorough market analysis, project demand and revenue forecasting
  • Development of a preliminary financial model to carry out the initial PPP screening to determine which projects can support a tariff and which cannot, and ultimately suitability for PPP execution. The consultant should prescribe a methodology to differentiate fully self-supporting tariff projects from those likely to require subsidy (capital grant and/or availability payment/revenue guarantees) and those likely to be fully publicly financed. The financial model will evaluate full project life costs, affordability limits, risks and their costs and optimal value for-money methods of delivery

Submission of Expressions of Interest (EOIs)

Prospective Consultants should submit an. Expression of interest detailing the following information as basis for pre-qualification:

  • Profile of firm /consortium including ownership structure and role of each corporate entity with full contact details of lead firm.
  • Details of direct experience advising governments on providing outline business cases (OBC) and structuring of PPP transactions;
  • Relevant experience including technical competence in social and/or educational infrastructure service delivery;
  • Experience working in Nigeria and/or sub-Saharan Africa
  • Certified true copy of certificate of Incorporation
  • 3 years of audited accounts and a certified copy of 3years tax clearance certificate.
  • Evidence of VAT relevant procedures set out in the World Bank Guidelines Selection and Employment of Consultants by World Bank Borrowers, January 1997 (Revised September.

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

Expressions of Interest must be submitted in six (6) copies in a sealed envelope clearly marked “EXPRESSIONS OF INTEREST FOR OBC TRANSACTION ADVISER FOR NAC” A CD ROM version should also be included.

The Expression of Interest should be addressed and delivered on or before 11th November 2010 of this notice to the DG’s office as addressed below;

The Director-General,

National Automotive Council (NAC),

23, Parakou Crescent Wuse II, P.M.B 320, Garki, Abuja

Signed:

Management, NAC

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

Only short-listed Consultants will be contacted.

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

Procurement of Goods at Ministry of Mines & Steel Development

Ministry of Mines & Steel Development

Metal & Mineral Complex

No. 2 Luanda Crescent off Ademola Adetokunbo

Crescent Wuse 11/P.M.B, 107, Abuja

Invitation to Tender For the Year 2010 Capital Projects

The Ministry of Mines and Steel Development hereby invites interested and reputable companies/consultants with relevant experience to tender for the following projects in the year 2010 Capital Budgets:

Works and Services

Lot 1: Consultancy Services for Management and Supervision of the contract awarded for the Completion of Installation of the Super Concentrate Plant at National Iron Ore Mining Company (NIOMCO), Itakpe.

Scope of Services

  • Advise on Project Organization and Execution plan
  • Coordinate Periodic Project Reviews
  • Project Documentation
  • Develop Project Monitoring Manual
  • Track and Maintain Project Timeline
  • Ensure that project is implemented according to specifications in the Agreement
  • Prepare and Submit Project Progress Reports (Weekly, Monthly and Quarterly)

Lot 2:          Concentrate plant Line 2, at National Iron ore Mining Company (NIDMCO), Itakpe,

Scope of Services:

  • Advise on Project Organization and Execution plan
  • Coordinate Periodic Project Reviews
  • Project Documentation
  • Develop Project Monitoring Manual
  • Track and Maintain Project Timeline
  • Ensure that project is implemented according to specifications in the Agreement
  • Prepare and Submit Project Progress Reports (Weekly, Monthly and Quarterly)

Lot 3:          Consultancy Services and Development of Document Management, store Inventory and Account General Ledger System for the Ministry of Mines and Steel Development.

Scope of Work/Services

Conceptual Design and Implementation of the Document Management, Store Inventory and Account General Ledger System.

Lot 4:          Reclamation of Abandoned Mine Site at Sabon Kofa, Kano Municipal Council, Kano State

Lot 5:          reclamation of Abandoned Mine Site at Zawan, Plateau State.

Lot 6:          reclamation of Abandoned Mines Site at Lukuru Village, (Gwagwada Ward) Chikun Local Government, Kaduna State.

2.       Interested Contractors are required to collect the tender documents from the Office of the Head of the Procurement Division Room 202, Block A of the Ministry after the payment of the tender fee of ten thousand Naira (N10,000.00) in Bank Draft in favour of Ministry of Mines and Steel Development, Abuja.

3.            Qualification

All tenderers must submit together with tenders the following documents:

  • Certificate of incorporation with Corporate Affair Commission
  • Tax clearance certificate for the last three (3) years (2007-2009)
  • VAT registration certificate and evidence of remittance to Federal Inland Revenue Services (FIRS) (2007-2009)
  • Company profile with evidence of experience in similar jobs/equipment etc.
  • Evidence of payment of the non-refundable tender fee of Ten Thousand Naira (N10,000.00)
  • Evidence of Bank Reference
  • Audited Account for last three years (2007-2009)

4.            Submission of Tender Documents

Interested Companies are to submit their tender documents (technical and financial) in sealed envelopes clearly marked “Tender for Y2010 Projects” indicating the projects/lot(s) of interest to the office of the Head of Procurement Division Block A Room 202, Ministry of Mines and Steel Development, No. 2, Luanda Crescent, Off Ademola Adetokunbo Crescent, Wuse II, Abuja. Submission of tenders closes by 12 noon on Wednesday 3rd November, 2010.

5.            Bid Opening:

The opening of the submitted bids will take place at 2.00p.m on the closing day of submission (i.e. Wednesday 3rd November 2010) at the Honouable Minister’s Conference member of the public are hereby invited to witness the occasion.

Singed:

Permanent Secretary

Ministry of Mines & Steel Development.

Supply of Goods at Ondo State Government and Capacity Building Project II

Federal Republic of Nigeria

Ondo State Government and Capacity Building Project II

Consulting Services to Conduct State Wide Tax Survey and Development of an Electronic Database Management System for Tax Administration and

Management in Ondo State

Request for Expression of Interest

Credit No:                     IDA 4667-0 NG

Project ID:                     P097026

Contract Number:        ODSGCBP II/CS/SBCQ/01/10

Date of Issuance:          12th October, 2010

Expression of Interest

  1. The Federal Government of Nigeria has received credit from the World Bank towards the cost of implementing State Governance and Capacity Building Project II. Ondo State is a beneficiary of the credit and intends to apply part of the proceeds for consultancy services in Tax Modernization Sub Component of the project specifically; part of the proceeds is to engage a consulting firm to conduct State Wide Tax Survey and Development of an Electronic Database Management System for Tax Administration and Management in Ondo State.
  2. The scope of service of the consulting firm will include:
  3. Verify and expand the existing tax/revenue payer database through verification and validation of the tax payer’s information in the existing database.
  4. Carry out State-wide tax survey in the 18 LGAs of the state for the identification of new tax/revenue payers.
  5. Produce manual tax revenue database.
  6. Develop basic ICT infrastructure and Electronic Database Management System (EDMS) for tax administration.
  7. Identify the major structural and institutional arrangements necessary for setting up the tax Electronic Database Management System.
  8. Determine functional and technical requirement for the tax Database Management System (EDMS).
  9. Carry out training for identified staff on the tax EDMS.
  1. The Ondo State Governance and Capacity Building Project II now requires’ the service of eligible consulting firms to indicate their interest in providing the services.  Interested firms must provide information indicating that they are qualified for perform the services (please include brochure, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). It is expected that the consultancy input required for the assignment is four (4) man-months). The assignment is to be completed within six (calendar) months from the time of signing the contract on a lump sum contract.
  2. The consulting firm must possess the following minimum qualifications:
    1. A reputable firm with at least three key staff, each with a minimum of ten years experience in Tax Administration and Tax Laws on one part, socio-economic surveys and enumeration on the second part and electronic database development on the third part.
    2. The successful firm must have carried out reasonable number of similar tax administration assignments in the last five years, particularly Electronic Database Management System.
    3. Demonstrable evidence of experience in tax reform in the public sector in Nigeria or any West African country.
    4. Strong ICT skills in relevant assignments.
  1. The consultant will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (May 2004 edition, Revised October 1st, 2006 & May 1st, 2010).
  2. Interested consultants may obtain further Information at the address below between 9:00 am – 4:00 pm.
  3. Your expression of interest must be delivered in a sealed envelope to the address below on or before 4:00pm on 9th November, 2010.

Attn: Mr. Akin Arohunmolase

Project Coordinator

Ondo State Governance and Capacity Building Project II

State Project Coordinating Unit (SPCU),

Ala Quarters, Akure,

Ondo State, Nigeria.

Tel: +2348033578084; +2348033894440

E-mail: ondosgcb@yahoo.com