Request for Expression of Interest (EOI) for the Post of Traffic Engineer at The Federal Ministry of Works (FMW)

Federal Republic of Nigeria

 

Federal Roads Development Project

 

Road Sector Development Team (RSDT)

 

Request for Expression of Interest (EOI) for the Post of Traffic Engineer

 

 

Project ID No.: P090135

 

Credit No: IDA 44150

 

  1. This invitation for expressions of interest follows the general procurement notice that appeared in UN Development Business online, Issue No. 637 of 11th March, 2005.

 

The Federal Government of Nigeria (FGN) has received a credit from the International Development Association (IDA) towards the cost of the Federal Roads Development Project (FRDP). The project supports the implementation of the national strategy to ensure sustainable maintenance of the federal road network over the short and medium term in order to provide appropriate levels of service across the entire federal road network.

 

 

The Federal Ministry of Works (FMW) established the Road Sector Development Team (RSDT) to administer and manage the FRDP, RSDT has identified the need to engage an experienced Traffic Engineer to handle the traffic engineering and road safety functions of the Team. He/she will be responsible for the coordination of all traffic engineering and road safety inputs in the implementation of the FRDP.

 

2.       Objective of the Services

The Traffic Engineer will be responsible for providing traffic engineering and road safety services to support the operations of the Road Sector Development Team (RSDT) on the implementation of the FRDP and projects funded by the African Development Bank (AfDB) and other development partners. He/she will be required to provide technical inputs as pertaining to traffic engineering and safety issues in the planning and delivery of highway projects under the FRDP. He/she will assist in the preparation of briefs and wit managing projects costs and budgets.

 

  1. 3.     Qualifications/specialized knowledge/experience required

The ideal candidate will have broad-based, hands-on experience in traffic engineering, transportation planning, roadway geometric design, including the ability to execute projects and tasks as part of a multi-disciplinary team. He/she must possess:

  • A Master’s degree in civil Engineering;
  • At least 8 years of professional traffic engineering experience
  • At least 5 years of working experience on road infrastructure projects covering road construction, maintenance and/or rehabilitation;
  • Have specific experience in the following aspects of traffic engineering:
  • Highway geometric design
  • Highway traffic data collection, analysis and forecasting
  • Highway safety improvement and Road Safety Audit
  • Road accident reporting
  • Safety planning and control at work zones
  • Highway construction and rehabilitation
  • Ability to analyze accident data
  • Candidate must have working knowledge of AutoCAD and Microsoft Office;
  • Experience in the use of any popular traffic engineering software will be an advantage;
  • Excellent verbal and written communications skills in English;

 

 

  1. 4.     Duration of the APPOINTMENT

The contract shall be Performance Based and the Traffic Engineer shall be appointed on contract for an initial period of two years which will be renewable based on performance.

 

Consultants will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants under IBRD Loans and IDA credits by World Bank January 2011 Edition.

 

Interested consultant should submit one (1) copy of expression of interest (detailed CV, copies of degree certificates etc.) in English language in an envelope marked: “Expression of Interest – Post of Traffic Engineer – Road Sector Development Team” at the address below.

 

Expressions of Interest should be addressed to the Unit Manager and MUST reach the below office address on or before 5:00pm on Tuesday April 30th 2013.

 

The Unit Manager,

Road Sector Development Team,

6 Niagara Close, off Erie Crescent, off Nile Street,

Maitama, Abuja, Nigeria

 

Tel:   +234(0)7034044403
Email: unitmanager@rsdt.gov.ng; ishmoh2001@yahoo.co.uk

 

Website: www.rsdt.gov.ng

 

Tender Opportunity for Cuttings Treatment, Disposal and Waste Management Services in Block OML 143 at Sterling Oil Exploration and Energy Production Company Limited (SEEPCO)

Sterling Oil Exploration and Energy Production Company Limited

 

Operator of the Onshore Block OML 143 (Previously known as OPL 280) PSC

 

Tender Opportunity for Cuttings Treatment, Disposal and Waste Management Services in Block OML 143

 

1.       Introduction

Sterling Oil Exploration and Energy Production Company Limited (SEEPCO) operator of the OML 143 (Previously known as OPL 280) invites interested and reputable companies with relevant experience and capacity in this specific business to apply for prequalification for consideration to tender for cuttings treatment, disposal and waste management services. The work locations shall be within SEEPCO’s areas of operations in Niger Delta. The estimated duration of this contract is two years with an option to extend for one more year.

 

 

2.       Scope of Work/Service Requirements:

Waste Management Services (SEEPCO/143/3300063/13)

CATEGORY: 3.15.07 (Waste Management Services)

The services to be performed shall generally involve the following:

  • Mobilize equipment and tools to designated drill site and install Verti-G system, Augers or equivalent system.
  • Collect drill cuttings and liquid waste mud from site in to skips and vacuum trucks
  • Transport cuttings and liquid mud to treatment facility
  • Treat and Dispose off waste as per the guidelines of DPR and Federal Ministry of Environment (FME).
  • Contractor to provide an auditable system for tracking all cuttings and drilling wastes throughout the collection, storage, processing and disposal process.
  • These records shall be made available to SEEPCO and Government Agencies including but not limited to DPR and Federal Ministry of Environment (FME).
  • Contractor must have sufficient capacity to ensure that service interruptions must not occur.

 

 

3.0     Mandatory Requirements:

1.       To be eligible for this tender exercise, interested contractors are required to be pre-qualified in Category 3.15.07 (Waste Management Services) in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified Suppliers in this category will receive Invitation to Technical Tender (ITT).

2.       To determine if you are pre-qualified and view the product/service category you are listed for: Open www.nipexng.com  and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

3.       If you are not listed in a product/service category you are registered with DPR to do business, contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi, Lagos with your DPR certificate as evidence for verification and necessary update.

4.       To initiate the JQS pre-qualification process, access www.nipexng.com  to download the application form, make necessary payments and contact NipeX office for further action.

5.       To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

 

4.0     Nigerian Content Requirements:

  • Demonstrate that the entity is a Nigerian indigenous Company.
  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms C02 and C07
  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel including all third party and professional services that would be involved in executing the work; provide details of Nigerian Content focal point or manager.
  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with name and addresses including evidences of well equipped offices and workshop; attach past experience of such patronage. Specific to this project, provide detailed plan for staff training and development.
  • Location of in-country facilities (equipment, storage, workshops, repair and maintenance facilities and testing facilities).
  • Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.
  • Provide details on any other Nigerian Content initiative your company is involved in.
  • Provide verifiable evidence of ownership of equipment (Verti-G system, Auger, Thermal Desorption Unit (TDU), Waste Containment, Waste Handling equipment and other related equipment) to execute scope of work and Nigerian Content Equipment Certificate (NCEC).
  • Describe where your project management team will be located in Nigeria and CV of Key personnel to execute the scope of work.

 

The bidders who meet all JQS mandatory requirements and listed as “PRE-QUALIFIED” for a category in the NJQS database are required to submit the Nigerian Content Requirements given in this Advert to the Operator at the below mentioned address in Hard copy as well Softcopy

(in CD form) before the Close Date of 23rd April, 2013:

The Deputy General Manager-Contracts

Sterling Oil Exploration and Energy production Company Limited

205, Abiola Segun Ajayi Street,

Off-Muri Okunola Street,

V.I. Annex, Lagos, Nigeria

 

 

5.0 Close Date:

Only tenderers who are registered with NJQS Product/Category 3.15.07 (Waste Management Services) by 4:00pm, 23rd April, 2013 being the advert close date shall be invited to submit Technical Bids subject to their meeting the NCD requirement as per Clause 4 above.

 

6.0 Please Note The Following:

  • The invitation to tender (ITT) and any further progression of this tender shall be via NipeX.
  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of SEEPCO to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle pre-qualified companies to make claims whatsoever, and/or seek and indemnity from SEEPCO and or any of its partners by virtue of such companies having been pre-qualified in NJQS.
  • The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first Following a technical review, only technically qualified contractors will be requested to submit commercial tenders
  • SEEPCO will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or agents.

 

Please visit NipeX portal at www.nipexng.com  for this advert and other information

Invitation for the Submission of Expression of Interest and Quotations for the Supply of Vehicles to the Central Bank of Nigeria at Central Bank of Nigeria

Central Bank of Nigeria

 

Invitation for the Submission of Expression of Interest and Quotations for the Supply of Vehicles to the Central Bank of Nigeria

 

The Central Bank of Nigeria requires the supply of vehicles to the Bank under the 2008 budget. Consequently, the Bank wishes to invite accredited dealers in Toyota vehicles and Honda vehicles, Water Tankers and Heavy Duty trucks dealers to submit expression of interest and quotations for the supply of the following Vehicles:

 

1.       Toyota Avensis, Leather Seat, AT (ref. no.CBN/VCH2013/01)

2.       Toyota Hilux, 4x 4 WD DC (ref. no. CBN/VCH2013/02)

3.       Toyota Hiace Bus, 16 Seater High roof (ref. no. CBN/VCH2013/03)

4.       Toyota Landcruiser Jeep VX 8/S, A/T Leather Seat (ref. no. CBN/VCH2013/04)

5.       Toyota Landcruiser Jeep VXR- V8 (ref. no. CBN/VCH2013/05)

6.       Honda Accord Elite, 2.4litres (Latest model) (ref. no. CBN/VCH2013/06)

7.       Water Tankers, (10,000 litres) (ref. no. CBN/VCH2013/07)

8.       Aluminium Truck (Aluminium Box Body) (ref. no. CBN/VCH2013/08)

 

Scope of Work

Provision of Vehicles listed above.

 

Submission:

Submissions should be forwarded in a sealed waxed envelope boldly marked at the top left corner:

“Expression of interest and Quotation for the supply of……………..to the

Central Bank of Nigeria”

And address to:-

 

The Secretary, Major Contract Tenders Committee, 

2nd Floor, Wing C,

CBN Head Office Complex

Central Business District,

Abuja, FCT Nigeria

 

Mandatory (Without which companies will be disqualified)

(i)      Evidence of registration with Corporate Affairs Commission.

(ii)     Certified true copy of Memorandum and Article of Association.

(iii)    Evidence of payment of tax for the last three (3) years as at when due (such evidence should reflect the value of the projects undertaken by the Company in the last three (3) years).

(iv)    Certificate of Compliance issued by the National Pension Commission as evidence of fulfilling employer’s obligation to employees with respect to pensions.

(v)     Evidence of payment of training contributions to ITF (Industrial Training Fund).

(vi)    Evidence of Registration with FRC (Financial Reporting Council of Nigeria).

(vii)  Evidence of Accreditation with the respective vehicle manufacturers.

 

Others

a.       Corporate profile of the firm including CV of key personnel registered address, functional contact email address, GSM phone number(s), facsimile number(s).

b.       Audited accounts in the last three (3) years dully stamped by licensed Auditors.

 

Closing Date:

All submission must be received at the above Address on or before 15th May 2013.

 

Signed:

Management

 

Invitation for Prequalification of Consultants for the Preparation of Abakaliki Master Plan at Abakaliki Capital Territory Development Board, (ACTDB)

Ebonyi State Government

 

Abakiliki Capital Territory Development Board

No. 7 Ezza Road, Abakaliki

 

Invitation for Pre-qualification of Consultants for the Preparation of Abakaliki Master Plan

 

Extension of Deadline

 

The above advertorial on Daily Sun issue of Monday, March 18th, 2013 refers. Prospective consultants are hereby informed that the Abakaliki Capital Territory Development Board, (ACTDB) has extended the deadline for the submission of pre-qualification documents for the preparation of Abakaliki Master Plan to 24th April, 2013.

 

The decision to extend the time frame is informed by demands from interested consultants for more time to perfect their documents. Above all, the ACTDB wishes to ensure that all competent consultants desirous of submitting bid documents are accommodated.

 

Consequently, submission of Pre-qualification Documents shall now close effectively at 10.00 am on 29th April, 2013. All submissions will be opened on the same day at 12 noon at the Abakaliki Capital Territory Development Board Conference Room, Abakaliki.

 

N.B:

All other details as appeared in the original advertisement of March 18th, 2013; subsist.

 

All documents must be submitted to the office of:

 

The General Manager

Abakaliki Capital Territory Development Board,

No.7 Ezza Road, G.R.A., Abakaliki, Ebonyi State, Nigeria

 

Signed:

Management

Expression of Interest at Abia State Government

Government of Abia State

 

Abia State Planning Commission

 

Expression of Interest

 

Millennium Development Goals (MDGs) Conditional Grants

Scheme to State and Local Government 2012 Project-Cycle

 

 

Abia State Government in collaboration with the Office of the SENIOR SPECIAL ASSISTANT TO THE PRESIDENT ON MDGs is to execute projects in the State and six (6no) Local Governments of Abia State. This collaboration will assist Government pursue activities towards the achievement of the MDGs. The Projects shall be funded partly from the Debt Relief Gains.

 

 

Project/Service:

Suitably qualified contractors/service providers are hereby invited to bid for the following job descriptions:

 

 

(A)   State Track

(i)      Construction of Perimeter Fencing and Self-contained Security Gate house in some existing PHCs.

(ii)    Construction of Nurses Quarters in some existing PHCs.

 

 

(B)     LOCAL GOVERNMENTTRACK for 6no Local Government Areas:

 

  • Arochukwu
  • Umunneochi
  • Isiala Ngwa North
  • Isiala Ngwa South
  • Ukwa East
  • Ukwa West

 

(i)                Renovation of PHCs facilities.

(ii)             Renovation of Primary School blocks.

(iii)           Provision of Solar-powered Boreholes.

(iv)           Procurement of essential Medical equipment and Drugs.

(v)             Procurement of Instructional materials, Textbooks in Primary Schools,

(vi)           Provision of Desk/Benches etc.

 

 

Qualification of Contractors/Service Providers:

 

i.        Contractor/Service Provider must possess and provide proven track Record of performance in the job described above, including evidence of similar work done in the last four years including company name, locations of previous work done, value of work etc., including VAT Certificates.

ii.       The supplier must be registered with the CAC, and the Abia State Government.

iii.       Must present current three years Tax Clearance Receipt.

iv.     Must provide Company Profile and Organisational Structure including names and resumes of key personnel with telephone numbers and e-mail address.

v.       Photocopy of Tellers of non-refundable Tender’s fee of N7, 000 paid to A/c No. 1012403173 of United bank for Africa, Umuahia with Sort Code 033233174 and 145, 000 Bid administrative fee paid to A/c No. 1012990497 Zenith Bank Abia State Planning Commission.

 

Further Information:

Interested eligible Contractors/Service Providers (bidders/companies) may obtain further detailed information from , the office of the Executive Secretary, Abia State Planning Commission, Umuahia that will assist them bid appropriately, on presentation of tellers of Tender’s fee, and Bid administration fee.

 

 

Bid Submission:

All Expressions of Interest to this bid offer must be made in two separate and sealed envelopes: Technical and Financial, and marked “STATE OR LOCAL GOVERNMENT CGS” Contract at the top left hand corner of the envelope. All Expressions of Interest must be sealed and delivered on or before 17th April, 2013. Bids will be opened publicly in the presence of the Bidders or their authenticated representatives who may choose to attend the Bid Opening Ceremony on the 17th April, 2013.

 

 

The Permanent Secretary/es

Abia State Planning Commission

Office of the Executive Governor

Umuahia