Procurement of Seedlings and other Goods at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Invitation for Tender

Introduction: The Federal Ministry of Environment as part of the implementation of 2010 Budget intends to Forestry projects across the country.

The Federal Ministry Environment is therefore inviting interested Contractors to submit bids/tenders for any of the following jobs.

Projects;

LOT: A: Project Forest Resources Development, Management and Tree Planting Campaigns.

Scope of work:

i.            Plantation Establishment in Mbavaa Forest Reserve. Benue State

    1. Raise/Procure 24,000 seedlings for planting 20 Ha;
    2. Site preparation, pegging and pilling of 20 ha. in Mbavaa Forest Reserve;
    3. Planting of 20 ha. plantation in Mbavaa Forest Reserve ;
    4. Beating. up (20%);
    5. 1st and 2nd weeding;
    6. Construct rides (3m wide internal and 4m wide external) and fire tracing.

ii.            Sensitization/Publicity and Awareness Creation for National

    Tree Planting Campaign

    Scope of Work/Activities:

    Produce Publicity Materials (Posters, Car Stickers, Brim Caps, T-Shirts, etc)

    Media Publicity- Electronic and Print Media, Talk shops

    Produce Jingles and Play-lets.

    Air-time on Radio and TV

    iii.            Procurement of seedlings for distribution to schools, NYSC, Prisons, etc for Woodlot Establishment for Tree planting campaigns:

      a)     Procure   improved fruit tree seedlings and Other assorted tree seedlings

      b)    Transportation / Distribution of seedlings to target groups (schools, NYSC, Prisons, etc) for establishment of 10 Ha. woodlots;

      c)     Planting of 10 ha woodlots by target groups; Monitoring / Appraisal of seedlings uptake for woodlots establishment by target groups.

      LOT: B: Project: Ex-situ Conservation of endangered indigenous Tree species (Mahogany, Obeche, Iroko, Mansonia, Mitragyna, etc) in Ondo and Abia States:

      Scope of work:

      a)     Collection of seeds of the above listed endangered indigenous tree species;

      b)    Raising of 14,400 seedlings of at above listed endangered indigenous free species;

      c)     Site identification and demarcation of 5 Ha. in Oluwa Forest Reserve in Abia State;

      d)    Site preparation and planting of 5 ha in each of the Forest Reserves;

      e)     Beating up (20%);

      f)      Maintenance operations -1sr* and 2** weeding of the plantations;

      (g)      Rides construction (3m internal and 4m external) in each of the plantations.

      LOT: C:    Purchase of    2 Nos, of    Water Hyacinth Harvesters, Accessories and Spare parts. Scope of work:

      • Supply 2 Nos. Water Hyacinth Harvesters each with Tilt-deck Trailer, Shore Conveyor and Motorized Truck for movement of the equipment on land and Spare Parts for one year’s operation;
      • Install the harvesters;
      • Train 4 Nos of Machine Operators;
      • Provision for:
      • Pre-shipment inspection
      • Testing and
      • Commissioning.

      Tender Requirements:

      Interested, suitable and reputable companies are required to submit the following Pre-qualification documents. Failure to submit any of the underlisted documents may result in the disqualification of the Contractor.

      • Certificate of Registration with  Corporate Affairs Commission (Limited liability only)
      • Provide details of Company’s profile including the Curriculum Vitae of the key professional staff and other resources,
      • Company’s current Tax Clearance certificate for the last three (3) years,(State Tax Identification Number – TIN)
      • Verifiable evidence of previous experience in the jobs of this magnitude/nature, (Attach letter of Award and Certificate of Completion)
      • List of ‘Equipment Owned,
      • Evidence from the. company’s Bankers as to its financial capacity/Bank Support to undertake the works, if awarded,
      • Name/e-mail Address and phone number of contact person.
      • Company Audited Account for the last 3 Years.
      • Any other information that would be of advantage to the c A Letter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies.
      • Evidence of VAT Registration and Remittance.

      Additional Information

      • Notwithstanding the submission of tender data the Federal Ministry of
      • Environment is neither committed nor obligated to include your company or any kid list or award any form of contract to your company or agent
      • The advertisement shall not be considered as commitment on the part of the Federal Ministry of Environment; nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such company having responded to the advertisement.
      • The Federal Ministry of Environment reserves the right to make available the Tender documents to qualified bidders only.

      Non-Refundable Tender Fee and a complete set of bidding documents are to be collected from Secretariat of MTB, Federal Ministry of Environment, Room B301, Mabushi on payment of a non-refundable Fee of Ten thousand Naira (N10,000.00) for Lots: A: and B; and Fifty thousand Naira (N50,000.00) for Lot. C

      Submission Deadline: Completed Financial and Technical Tenders are to be submitted in two Separate Envelopes Marked Financial Bids or Technical Bids respectively. Each of the Envelopes are to contain one original and two duplicate copies of the Tenders respectively, and Both Envelopes Enclosed in a Larger Envelope Mark CONFIDENTIAL on the Top Left Corner and Written Tender for (Specify LOT) at the Centre, The Tender Addressed to the Secretary, Ministerial Tenders Board. Federal Ministry of Environment, Room B301 (3rd Floor), Mabushi, Abuja. To reach him on or before 12noon on Monday, 20th September, 2010. While the Bids will be opened by 2:00p m. on the same date at the Ministry’s Conference Room, Mabushi, Abuja.

      NOTE: Only the Technical bids will be opened on the date mentioned in this publication while the Financial Bids of the Bidders that passed the Technical Evaluation would be opened on a date that would be communicated to these Companies.

      (Signed) Permanent Secretary.

      Procurement of Office Vehicles at Gombe State Malaria Control Booster Project

      Gombe State Government

      Ministry of Health Malaria Control Booster Project

      Credit No. 4250-UNI Procurement of Office Vehicles

      IFE. No. GM/MCBP/NCB/02/10 & IFB. No. GM/MCB/PIU/VEH/03/10

      1. The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Malaria Control Booster Project and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement of Office Vehicles Nos: GM/MCBP/NC8/02/10 & GM/NCB/PIU/VEH/03/10
      2. The Gombe State Malaria Control Booster Project now invites sealed bids from and qualified bidders for the Procurement of the following:
      3. IFE. No. GM/MCBP/NCB/02/10

      Lot No S/N Item

      No

      Description of Item Units Quantity Bid Validity Bid Security Delivery Period Delivery Location
      Lot 1 1 1 18 – Seater Bus No 1 90 Days At least 3% of the Bid Price 60 Days Gombe State Malaria Control Booster Project, Behind Bulma Guest Inn, New GRA, Gombe, Gombe State.
      4 4 Middle Duty Truck No 1 90 Days At least 3% of the Bid Price 60 Days Gombe State Malaria Control Booster Project, Behind Bulma Guest Inn, New GRA, Gombe, Gombe State.
      Lot 2 15 Motor-Cycle No 15 90 Days At least 3% of the Bid Price 60 Days Gombe State Malaria Control Booster Project, Behind Bulma Guest Inn, New GRA, Gombe, Gombe State.
      1. IFE. No. GM/NCB/PIU/VEH/03/10:

      Item

      No

      Description of Item Units Quantity Bid Validity Bid Security Delivery Period Delivery Location
      Lot 3 1 Media Van No 1 90 Days At least 3% of the Bid Price 6o Days Gombe State Malaria Control Booster Project, Behind Bulma Guest Inn, New GRA, Gombe, Gombe State.
      1 Pick Up Van No 2 90 Days At least 3% of the Bid Price 60 Days Gombe State Malaria Control Booster Project, Behind Bulma Guest Inn, New GRA, Gombe, Gombe State.

      4. Note: All items are under Three (3) Lots; Bidders quoting for incomplete lot will have their bids declared non-responsive. Quotations should include cost of transporting vehicles to delivery site, testing and commissioning.

      5. Bidding will be conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

      6. Interested eligible bidders may obtain further information from Gombe State Malaria Control Booster Project, at the address below and inspect the Bidding Documents from 10:00am to 4:00pm to Thursdays and 10:00am to 12noon on Friday, except on public holidays.

      7. Qualifications requirements include:

      • Evidence of previous supply (sale) of similar Equipments proposed for the last 5 years.
      • Evidence of registration with CAC.
      • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.

      8. A margin of preference for eligible national contractors shall not apply, Additional details are provided in the Bidding Documents.

      9. A complete set of Bidding Documents in English may fee purchased by interested bidders on me submission of a written Application to the address below and upon payment of a non-refundable fee N10, 000.00 (Ten Thousand Naira) only. The method of payment will be Cash or Bank Draft in Favor of Gombe Stale Malaria Control Booster Project. The Bidding Documents will be collected by the representative of the Bidder at or by courier services on request.

      10. Bids must be delivered to the address below on or before 12:00noon on (16th September, 2010). Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at the address below on or before 12:00noon on (16th September, 2010). All bids must be accompanied by a Bid Security of at least 3% of bid price or an equivalent amount in a freely convertible currency.

      11. The address referred to above is:

      Prefect Manager,

      Gombe State Malaria Control Booster Project

      Behind Bulma Guest Inn, New GRA,

      Gombe State

      Tel. No: 08023706184, 08028397230.

      E-mail: arnobe195@yahoo.com

      Execution of Projects at Federal Ministry of Environment

      Federal Ministry of Environment

      Headquarters, Mabushi, Abuja

      Invitation for Tender

      Introduction

      The Federal Ministry of Environment intends to implement a number of projects aimed at climate-proofing Nigeria against the consequences of Climate Change as well seize the opportunities therein.

      The Ministry is, therefore, inviting interested and suitably qualified Contractors, Consultants and other Service Providers to submit bids/tenders for the under-listed projects:

      1. LOT “1”: Post-COPENHAGEN 15 Programme, especially meetings leading up to COP 16 in Mexico 2010.

      Scope of Work:

        1. To facilitate international meetings in China (leading to COP 16 in Mexico) for the UNFCCC Climate Change Negotiators and national delegates.
        2. To facilitate International meetings in Mexico for the UNFCCC Climate Change Negotiators and national delegates.
        • Local meetings, workshops, interactive sessions, round-tables & negotiators meetings to Nigeria in the process leading to COP 16 in Mexico 2010.
        • To organize routine training of Negotiators in preparation for the COP 16 in Mexico 2010.

        2. LOT “2”: Development of a Strategic framework for Voluntary National Appropriate Mitigation Action (NAMA) for attracting funds under the COP 15 Political Copenhagen Accord towards shoring up Nigeria’s profile in Climate Change mitigation to make It carbon-neutral by 2025.

        SCOPE OF WORK

        • Establishment of a strategic framework for NAMA in Nigeria.
        • Identifying opportunities for the reduction of Green House Gas (GHG) emissions.
        • Organizing discussions, dialogues, round tables, seminars and workshops at the local, state, federal, regional and international levels towards shaping Climate Change mitigation and adaptation agenda.
        • Facilitating strategic partnerships with local stakeholders, MDAs, the Legislature and organized private sector and civil society organizations.
        • Purchase of 1 no. project vehicles for coordinating NAMA Programmes.

        B.      Scope of Work:

        • Purchase of 10 nos. lap-tops and relevant software for the creation of database and facilitation of the documentation involved in the NAMA project.
        • Supply and installation of the laptops and associated software.
        • Upgrade of Special Climate Unit website,
        • Production of a National Road Map for Voluntary NAMA for Nigeria.
        • Purchase of 1 no. project vehicles for coordinating NAMA Programmes.

        LOT “3”: Development of a National Climate Change Policy and Response strategy

        Scope of Work:

        A(i).  Developing a Zero-Draft National Climate Change Policy and Response Strategy document for Nigeria.

        (ii)     Organizing consultative for a towards the evolution of dynamic, robust and sustainable policy Act.

        B (i)   Liaising with the National Assembly for enabling Legislation on Climate Change Policy and Response Strategy.

        B (ii)  Management and dissemination of information relating to the project.

        4. LOT “4”: Promoting Energy Efficiency for Climate Change Mitigation in Residential and Commercial Sectors.

        Scope of Work:

        • Distribution of Compact Fluorescent Light (CFL) bulbs in residential and commercial sectors of the-economy in order to create substantial awareness of the abundant opportunities that exist in energy savings, thus saving Nigeria from the looming negative consequences of Climate Change.
        • Setting in motion a pilot programme on Energy Efficiency on which the development of subsequent national programmes and policies for mitigating Climate Change will be anchored.
        • Identifying and carrying out baseline scenario for the use of energy-efficient light Bulbs in six (6) urban and six (6) rural areas) as pilot projects covering the six (6) geo-political zones of Nigeria.
        • Distribution of Compact Fluorescent Light (CFL) Bulbs in six (6) urban and six (6) rural areas in the six geo-political zones of Nigeria.
        • Developing a scenario for factoring Carbon Credit into the distribution of CFL and to develop a Project Idea Note (PIN) and Project Design Document (PDD) for the CFL project.
        • Purchase of 1 no. project vehicles for coordinating the project. Programmes.

        Tender Requirements:

        To qualify for consideration, applicants are required to submit the requisite documents stated hereinafter. Failure to submit the documents may lead to outright disqualification of any erring applicant.

        • Certificate of Registration a limited Liability Company only with the Corporate Affairs Commission;
        • Details of company and other resources
        • Valid Certificate of Registration with the Federal Ministry of Works and Federal Ministry of Environment in, at least, Category “B”,
        • Company’s current Tax Clearance Certificate for at least three (3) years (State Tax identification Number (TIN)
        • Verifiable evidence of previous experience in jobs of this technical nature and magnitude. (Attach Letters of Award and Certificates of Completion):
        • Evidence of VAT Registration and Remittance:
        • Company profile reflecting executive capacity and person;
        • Evidence of experience and/or expertise in Climate Change-related field(s) in addition to evidence of drafting policies, laws and regulations, proposals, blueprints and strategic frameworks on Climate Change;
        • At least ten (10) years of experience in technical/professional jobs in the area of Climate Change;
        • Experience in the handling of related national/regional programmes and projects;
        • Name, e-mail address and phone number(s) of company’s contact person;
        • Evidence from the company’s Batters as to the company’s financial solvency and capacity to undertake the works and services, if awarded the contracts, and
        • A brief report/description of your understanding of the projects listed above.

        Evaluation Criteria

        1. Possess cognate experience in United Nations Framework Climate   Change Convention Conference (UNFCCC) Negotiation processes.
        2. Have participated in not less than two conference of parties on Climate Change (Show evidence of attendance):
        3. have attend negotiations in global, regional and national discussions on Climate Change held in countries in Europe, Asia and Africa and in Nigeria produce evidence of participation)
        4. Have a minimum of Bachelor of Science degree in any of these fields of study: Engineering, Industrial Physics and Clean Development Mechanism. A PhD and/or Masters degree will be of added advantage:
        5. Attach evidence of experience or ability to manage events (conferences, workshops, round-tables, interactive sessions, etc) relating to Climate change;
        6. Have attended at least two international conferences, workshops,   seminars, interactive sessions, etc. on mitigation, adaptation and technology development and application in respect of Climate Change consequences and opportunities
        7. Produce a minimum of three (3) referees from functional statutory bodies and/or internationally Change institutions in or outside  Nigeria;
        8. Possess a reliable and verifiable foreign official address
        9. Applicants must submit, in bank draft, a non –refundable deposit in the sum of N50,000.00 (Fifty thousand naira only);

        NOTE: An applicant must attach Certified true copies of verifiable evidence in respect of each of the criteria listed (i)-(viii) above

        Contractors must:

        • Have cognate experience in renewable energy and clean   development mechanism from reputable, international organization:
        • Have a minimum of Bachelor of Science degree in any of these fields of study: Engineering, Industrial Physics and Clean Development Mechanism. A PhD and/or Masters degree will be of added advantage;
        • Have implemented at least two Climate Change projects in and/or outside Nigeria. Attach Certificates of Award or other verifiable pieces of evidence of execution of such projects;
        • Applicants must submit, in bank draft, a non-refundable deposit in the sum of N50,00.00 (fifty thousand naira only); and
        • Attach evidence of experience or ability to manage events   (conferences, workshops, Interactive sessions, etc) relating to Climate Change

        Additional Information

        1. Notwithstanding the submission of tender data to the Federal Ministry of Environment, the Ministry is neither committed nor obligated in any way to include your company on any bid list or to award any contract to your company.
        2. This advertisement shall not be construed to mean outright  committal on the part of the Federal Ministry of Environment; nor shall it entitle potential companies to making any claims whatsoever or seeking any indemnity from the Federal Ministry of Environment on grounds of sheer response to the advertisement.

        Submission Deadline

        Completed financial and Technical tenders/Bids are to be submitted in two (2) Separate Envelopes marked “Technical Bids” and “Financial Bids” respectively. Each of the envelopes is to contain one Original and one Duplicate copy of the tenders and should be enclosed in larger envelopes marked “CONFIDENTIAL” on the top Left corner. The specific Lot being tendered for should also be clearly and unambiguously written at the centre of the envelope.

        The Tender should be (addressed to The Secre

        Procurement and Installation of Laboratory Furniture Science, Technical Equipment and Science Textbooks at Federal Government Girls’ College, Benin

        Invitation for Bids (Ifb)

        Federal Government of Nigeria

        Federal Ministry of Education

        Federal Government Girls’ College, Benin

        Science and Technology Education Post Basic (Step-B) Project

        Procurement and Installation of Laboratory Furniture Science, Technical Equipment and Science Textbooks.

        (IDA CREDIT NO. 4304 UNI)

        BID ISSURANCE DATE: 2nd September, 2010

        • This invitation for Bids follows the General Procurement Notice for this project that appeared in Development Business, issue no. 591 of 2nd July, 2007.
          • The Federal Government of Nigeria has received a credit from the international Development Association (IDA) towards the cost of Science and Technology Education Post-Basic Project (STEP -B project), and it intends to apply part of the proceeds of this credit to payments under the contract for the procurement of the laboratory furniture. Science and technical equipment and science textbooks
              • The Science and Technology Education Post-Basic (STEP-B Project: Federal Government Girls’ College, Benin), now invites sealed bids from eligible and qualified bidders for the Procurement of the Procurement of the following:
                Lot Description Bid Security Qty Bud validity Delivery Period Delivery Location
                1 Procurement and installation of Laboratory furniture At least 2.5% of bid price Various 90days Within 60days FGGC Benin
                2 Procurement and installation of Science Technical equipment At least 2.5% of bid price Various 90days Within 60days FGGC Benin
                3 Procurement of Science Textbooks At least 2.5% of bid price Various 90days Within 60days FGGC Benin

                Bidders may bid for any one or more lots and discounts offered for the award of combined lots will be considered in bid evaluation.

                  • Bidding will be conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from eligible source Countries as defined in the guidelines.
                      • Interested eligible bidders may obtain further information from STEP B Project: the Federal Government Girls’ College, Benin and inspect the bidding documents at the address given between the hours of 8.00 am 4.00 am Mondays to Fridays, except on public holidays.
                          • Qualifications requirements include: (i) Evidence of previous supply (sale) of similar equipment for the past 5 years (ii) Audited financial statements for the (iii) Evidence of registration with  appropriate/relevant Government Agency. A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.

                              • A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of N10,000.00 (Ten Thousand Naira only). The method of payment will be Cashed or certified Bank Draft in favour of STEP-B PROJECT, FEDERAL GOVERNMENT GIRLS’ COLLEGE BENIN. The Bidding Documents will be collected by hand or by courier service on request.
                                  • Bids must be delivered to the address below at or before 12.00 noon local time on 2nd October, 2010. Electronic Bidding will not be permitted Late bids will be rejected. Bids will be opened in the presence of the bidder’s representatives who choose to attend in person at the address below on 2nd October 2010 at 12.00 noon local time. All bids must be accompanied by a Bid Security of at least 2.5% of the bid price in naira or an equivalent amount in a freely convertible currency from reputable commercial bank.
                                      • The address referred to above is:

                                        The Project Manager,

                                        Science and Technology Education Post Basic (Step-B) Project

                                        Federal Government Girls’ College, Benin

                                        Edo State.

                                        Telephone: 08054398949, 08023531448

                                        Renovation of Various Public and Unity Secondary Schools Blocks at Ondo State Government Ministry of Education, Akure

                                        Ondo State Government

                                        Ministry of Education, Akure,

                                        Invitation to Tender

                                        The Ondo State Ministry of Education hereby invites registered, experienced and qualified Contractors to submit tender for the renovations of some Public and Unity Secondary Schools in Ondo State as in the following lots.

                                        Lots:

                                        • Renovation of Admin. Building, Unity Secondary School, Ondo.
                                        • Renovation of Chapel, Unity Secondary School Ondo.
                                        • Renovation of J.S.S Block 1 Hostel, Unity Secondary School, Ondo.
                                        • Renovation of J.S.S Hostel Block II, Unity Secondary School, Ondo.
                                        • Renovation of J.S.S Block 3 Hostel, Unity Secondary School, Ondo.
                                        • Renovation of J.S.S Block 7 Hostel, Unity Secondary School, Ondo.
                                        • Renovation of Burnt Hostel (Reconstruction) Unity Secondary School Ondo.
                                        • Renovation of J S. S. Classroom Block 1(A-D). Unity Secondary School, Ondo.
                                        • Renovation of J. S. S. II Classroom Block 3, Unity Secondary School Ondo.
                                        • Renovation of J.S.S Block (UBEC Building), Unity Secondary School Ondo.
                                        • Renovation Of J.S.S Dinning, Unity Secondary School, Ondo.
                                        • Renovation of Toilet 1 for J. S. S., Unity Secondary School, Ondo.
                                        • Renovation of J.S.S Dining Hall, Unity Secondary School, Ondo.
                                        • Renovation of Bathroom for Block 2 Hostel, Unity Secondary School, Ondo.
                                        • Renovation of J.S.S Kitchen, Unity Secondary School, Ondo.
                                        • Renovation of J.S.S Principal’s Office, Unity Secondary School, Ondo.
                                        • Renovation of Registrar/Vice Principal’s Office, Unity Secondary School, Ondo
                                        • Renovation of S. S. S. Hostel Block IV, Unity Secondary School, Ondo.
                                        • Renovation of Laboratory Hostel, Unity Secondary School, Ondo.
                                        • Renovation of S. S. S. 1 Classroom Block, Unity Secondary School, Ondo.
                                        • Renovation of S. S. S. 2 Classroom Block, Unity Secondary School, Ondo.
                                        • Renovation of S. S, S. III Classroom Block, Unity Secondary School, Ondo.
                                        • Renovation of S. S. S. Hostel Block 5 Unity Secondary School, Ondo.
                                        • Renovation of S. S. S. Hostel Block 6, Unity Secondary School, Ondo.
                                        • Renovation of Toilet 2 for J. S. S., Unity Secondary School, Ondo.
                                        • Renovation of S.S. S Kitchen, Unity Secondary School, Ondo.
                                        • Renovation of Drying Kitchen, Unity Secondary School Ondo.
                                        • Renovation of Toilet3 for S.S. S., Unity Secondary School, Ondo.
                                        • Renovation of Toilet 4 for S. S. S., Unity Secondary School, Ondo.
                                        • Renovation of Bathroom for Block 4 Hostel, Unity Secondary School Ondo.
                                        • Renovation of Library/Computer Building, Unity Secondary School, Ondo.
                                        • Renovation of Science Laboratory Buildings, Unity Secondary School, Ondo.
                                        • Renovation of Technical Workshop, Unity Secondary School, Ondo.
                                        • Renovation of Boy’s Quarter of SSS Principal’s Quarter, Unity Secondary School, Ondo.
                                        • Renovation of SSS Principal’s Quarter, Unity Secondary School, Ondo.
                                        • Renovation of JSS Principal’s Quarter, Unity Secondary School, Ondo.
                                        • Renovation of Vice Principal’s Quarter, Unity Secondary School, Ondo.
                                        • Renovation of House Mistress Quarters, Unity Secondary School, Ondo.
                                        • Renovation of Staff Quarters 4/5, Unity Secondary School, Ondo.
                                        • Renovation of Staff Quarters 6/7, Unity Secondary School, Ondo.
                                        • Renovation of Staff Quarters 8/9, Unity Secondary School, Ondo.
                                        • Renovation of Staff Quarters 10/11, Unity Secondary School, Ondo.
                                        • Renovation of Toilets and Shower, Unity Secondary School, Ondo.
                                        • Renovation of Lawn Tennis Court, Unity Secondary School, Ondo.
                                        • Renovation of Volley Ball Court, Unity Secondary School, Ondo.
                                        • Renovation of Basket Ball Court, Unity Secondary School, Ondo.
                                        • Renovation of New Main Entrance Gate, Unity Secondary School, Ondo.
                                        • Renovation of New Gate House, Unity Secondary School, Ondo.
                                        • Renovation of Fencing (Front & Left Hand Sides), Unity Secondary School, Ondo.
                                        • Renovation of Landscaping, Unity Secondary School, Ondo.
                                        • Renovation of Solar Powered Borehole, Unity Secondary School, Ondo.
                                        • Renovation of Generator House, Unity Secondary School, Ondo.
                                        • Renovation of Pumping Machine House/Power House, Unity Secondary School Ondo.
                                        • Renovation of Boys Quarter of JSS Principal’s Qurt. Unity Secondary School. Ondo
                                        • Renovation of Food Stores, Unity Secondary School, Ondo.
                                        • Renovation of Tuck shop, Unity Secondary School Ondo.
                                        • Renovation of Gate House, Unity Secondary School, Akure.
                                        • Renovation of Assembly Hall, Unity Secondary School, Akure.
                                        • Renovation of J.S.S 3 Classroom Block, Unity Secondary School, Akure.
                                        • Renovation of J.S.S 2 Classroom Block, Unity Secondary School, Akure.
                                        • Renovation of J.S.S 1 Classroom Block, Unity Secondary School, Akure.
                                        • Renovation of S. S.S. 1 Classroom Block, Unity Secondary School, Akure.
                                        • Renovation of S. S. S. 2& 3Classroom Block, Unity Secondary School, Akure.
                                        • Renovation of Technical Workshop, Unity Secondary School, Akure.
                                        • Renovation of Home Economics Laboratory, Unity Secondary School, Akure.
                                        • Renovation of Library, Unity Secondary School, Akure.
                                        • Renovation of Science Building (Physics & Chemistry., Unity Secondary School, Akure.
                                        • Renovation of Biology Laboratory, Unity Secondary School, Akure.
                                        • Renovation of Dinning and External Kitchen, Unity Secondary School, Akure.
                                        • Renovation of Kitchen and Dinning, Unity Secondary School, Akure.
                                        • Renovation of Dinning 3, Unity Secondary School, Akure.
                                        • Renovation of Administrative Building, Unity Secondary School, Akure.
                                        • Renovation of Staff Office Block, Unity Secondary School, Akure.
                                        • Renovation of Administrative Building 2, Unity Secondary School, Akure.
                                        • Renovation of New Administrative Building, Unity Secondary School, Akure.
                                        • Renovation of Chapel, Unity Secondary School, Akure.
                                        • Renovation of Squash Hall, Unity Secondary School, Akure.
                                        • Renovation of Corpers’ Lodge, Unity Secondary School, Akure.
                                        • Renovation of Principal’s Quarter (2 nos), Unity Secondary School, Akure.
                                        • Renovation of Vice Principal’s Quarters, Unity Secondary School, Akure.
                                        • Renovation of Quarter 1, Unity Secondary School, Akure.
                                        • Renovation of Quarter 2, Unity Secondary School, Akure.
                                        • Renovation of Quarter 3, Unity Secondary School, Akure.
                                        • Renovation of Quarter 4, Unity Secondary School, Akure.
                                        • Renovation of Quarter 5, Unity Secondary School, Akure.
                                        • Renovation of Quarter 6, Unity Secondary School, Akure.
                                        • Renovation of Quarter 7, Unity Secondary School, Akure.
                                        • Renovation of Quarter 8, Unity Secondary School, Akure.
                                        • Renovation of Male Hostel 1, Unity Secondary School, Akure.
                                        • Renovation of Male Hostel 2, Unity Secondary School, Akure.
                                        • Renovation of Male Hostel 3, Unity Secondary School, Akure.
                                        • Renovation of Female Hostel 1, Unity Secondary School, Akure.
                                        • Renovation of Female Hostel 2, Unity Secondary School, Akure.
                                        • Construction & Renovation of Toilets & Bathrooms, Unity Secondary School Akure.
                                        • Renovation of Generator House, Unity Secondary School, Akure.
                                        • Renovation of Landscaping and Tennis Court, Unity Secondary School, Akure.
                                        • Renovation of Solar Powered Borehole Cluster 1, Unity Secondary School, Akure.
                                        • Renovation of Solar Powered Borehole Cluster 2, Unity Secondary School, Akure.
                                        • Renovation of Solar Powered Borehole Cluster 3, Unity Secondary School, Akure.
                                        • Renovation of administrative block, Bursar’s Office, Principal’s Office and JSS I block, African Church Grammar School, Oka.
                                        • Renovation of Staff room, JSS IB block, JSS 1C block, SSS3 Upstairs block, School’s hall Technical workshop, JSS3 block, Science block, JSS Vice Principal’s Office and SS2B block, African Church Grammar School, Oka.
                                        • Renovation of library, SS Vice Principal’s Office, 1CT Laboratory and SS3 upstairs block, African Church Grammar School, Oka.
                                        • Renovation of School library, Akure Secondary Commercial School, Akure.
                                        • Renovation of SS 1 block, Akure Secondary Commercial School, Akure.
                                        • Renovation of SS 2 block, Akure Secondary Commercial School, Akure.
                                        • Renovation of SS block, Akure Secondary Commercial School, Akure.
                                        • Renovation of JSS biology lab& typing pool, Akure Secondary Commercial School, Akure.
                                        • Renovation of JSS (FMR hostel) block, Akure Secondary Commercial School,     Akure.
                                        • Renovation of Phy. & Chem. Laboratory, Akure Secondary Commercial School, Akure.
                                        • Renovation of Staff quarters, Akure Secondary Commercial School, Akure.
                                        • Renovation of Technical hall, Akure Secondary Commercial School, Akure.
                                        • Renovation of administrative block, Akure Secondary Commercial School, Akure.
                                        • Renovation of School’s hall, Akure Secondary Commercial School, Akure.
                                        • Fencing of School’s Compound, Akure Secondary Commercial School, Akure.
                                        • Renovation of administrative blocks JSS, St Joseph Grammar School, Ondo.
                                        • Renovation of Technical workshop, St Joseph Grammar School, Ondo.
                                        • Renovation of JSS 1A block, St Joseph Grammar School, Ondo.
                                        • Renovation of SS 1 block, St Joseph Grammar School, Ondo.
                                        • Renovation of JSS 1 B block, St Joseph Grammar School, Ondo.
                                        • Renovation of JSS 2A block, St Joseph Grammar School, Ondo.
                                        • Renovation of JSS 2 B block, St Joseph Grammar School, Ondo.
                                        • Renovation of Hostel block, St Joseph Grammar School, Ondo.
                                        • Renovation of School’s hall, St Joseph Grammar School, Ondo.
                                        • Renovation of Kitchen, St Joseph Grammar School, Ondo.
                                        • Renovation of SS IB block, St Joseph Grammar School, Ondo.
                                        • Renovation of Library, St Joseph Grammar School, Ondo.
                                        • Renovation of Biology laboratory, St Joseph Grammar School, Ondo.
                                        • Renovation of SS 2 & 3 block, St Joseph Grammar School, Ondo.
                                        • Renovation of Principal’s quarter, St Joseph Grammar School, Ondo.
                                        • Renovation of Agric & Chem. laboratory, St Joseph Grammar School, Ondo.
                                        • Renovation of Administrative blocks Orere Grammar School, Ile-Oluji.
                                        • Renovation of School Hall Orere Grammar School, Ile-oluji.
                                        • Renovation of Senior Secondary blocks 1 & 4, Orere Grammar School, Ile-oluji.
                                        • Renovation of junior Secondary block, Orere Grammar Secondary School, Ile- oluji.
                                        • Renovation of Laboratory block, Orere Grammar School, Ile-Oluji.
                                        • Provision of furniture to the renovated laboratory, Gboluji Grammar, Ile-Oluji.
                                        • Renovation of Classroom blocks, Ugbe Community High School, Ugbe-Akoko.
                                        • Renovation of Classroom blocks, Igoba Community High School, Igoba.
                                        • Renovation of Classroom blocks, Omi Community Grammar School, Ode-Omi.
                                        • Renovation of Classroom blocks, Community Grammar School, Asantan-Oja.
                                        • Renovation of Classroom blocks, Community High School, Oniparaga.
                                        • Renovation of Classroom blocks, Awojua Grammar School, Ipe-Akoko.

                                        Instruction to Bidders

                                        All prospective bidders are to note that drawings and BOQs of the projects may be obtained from the Ministry from 2nd September, 2010 on the presentation of evidence of payment of a non-refundable fee of Ten thousand Naira (10, 000.00) only except for Lots 4, 18, 51, 52, 31, 85, 92, 95, 98 and 104 which attracts a fee of Twenty thousand naira (N20, 000.00) only to the Ondo State Government Treasury. The Ministry Code and details of Bank Account should be obtained from the Accounts Section of the Ministry of Education, Akure.

                                        Qualification for Tendering

                                        • Evidence of Company Incorporation with the Corporate Affairs Commission.
                                        • Evidence of payment of Ondo State Development levy for years 2008, 2009 and 2010.
                                        • Evidence of Registration with the State Ministry of Works for 2010.
                                        • Tax clearance certificate for years 2007, 2008 and 2009.
                                        • Evidence of professional competence and experience in similar jobs executed anywhere in Nigeria.
                                        • Company profile, including Management Team and Key Personnel Profile.

                                        Bidders are expected to submit their tender documents and indicate the lot number(s) and name of project being tendered for boldly written on the top left corner of the; sealed and waxed envelope on or before 22nd September, 2010. The sealed and waxed envelope should be addressed to:

                                        The Secretary,

                                        State Tenders Board,

                                        Cabinet and Special Services Department,

                                        Governor’s Office, Alagbaka, Akure.

                                        Submission:

                                        Completed Tender documents should be submitted between 8:00 am to 4:00p.m daily to the Registry, Cabinet and Special Services Department, during the periods of the advertisement. The deadline of the advertisement is 22nd September, 2010.

                                        For avoidance of doubt, tenderers are to note that non-compliance with the conditions stated therein will render any tender invalid and that the Ministry is not bound to accept the lowest or any particular tender/bid.

                                        Signed:

                                        T. O. Kolawole,

                                        Permanent Secretary