Pre-Retirement Training Programme for Staff of Parastatals at Bureau of Public Service Reforms (BPSR)

BPSR

Bureau of Public Service Reforms

The Presidency

 

Pre-Retirement Training Programme for Staff of Parastatals

 

The Bureau of Public Service Reforms is in the process of running a Pre-retirement Training Programme for various categories of retiring staff of Federal Parastatals in the country. The programme will run in the six geo-political zones of the country’ simultaneously. The essence of the training is to help participants adequately adjust to the challenges of retirement, have personal understanding of financial planning, manage their health and help them to appreciate types of business opportunities that are open to them.

 

 

The Bureau of Public Service Reforms is by this advertisement inviting interested experienced Training Consultants and Institutions to submit their bid proposals for the Pre-Retirement Training Programme. The core competencies required of Consultants and Institutions to be engaged are in the following areas:

  • Perspective on Retirement
  • Personal Financial Planning and Book-keeping
  • Relationship Management and Networking
  • Personal Effectiveness
  • Principles of Entrepreneurship
  • Post Retirement Interest  Mapping   and   Specialized
  • Vocational Activity Training
  • Computer Appreciation and Information Management
  • Pension Management under the New Pension Reform Act
  • Business   Registration   and   Cooperative   Society Formation
  • Research Methodology and Report Writing
  • Establishment & Management of Small Scale Businesses
  • Information and Communication Technology ^   Health and Wellness Management.

 

Bid Requirement

In order to qualify for consideration, eligible Management

Consultants will be required to submit the following:

  • Full details of the company’s profile
  • Name, e-mail address and telephone number(s) of contact person for the programme
  • Certificate of Registration with the Corporate Affairs Commission
  • Three years Tax Clearance Certificate (2009, 2010 & 2011)
  • Two to Five years of professional practice
  • Evidence of similar job(s) executed in the past
  • Evidence of Financial capacity from a reputable bank
  • Organizational structure, available manpower with a list of technical staff with their resumes
  • Evidence of membership of Professional Training
  • Association(s)   or   Human   Resource   Management Organization(s), and/or Certification by the Centre for Management Development (CMD)
  • Evidence of compliance with the provision of the Pension Reform Act, 2004
  • Payment of non-refundable bidding fee of (N20, 000) twenty Naira only in bank draft payable to the Bureau of Public Service Reforms.

 

Failure to submit any of the above listed documents may lead to the disqualification of the bidden

 

Selection Criteria

Consults will be selected in accordance with the provisions of the Procurement Act 2007 and Due Process. Interested Consultants may obtain further information on the subject matter at the address below

 

Bid Presentation

Bidders are required to submit two hard copies and one soft copy of the Expression of Interest containing PowerPoint presentation on the areas of core competencies, not exceeding twenty slides; and financial proposal in separate envelopes clearly marked “Technical Bid” and “Financial Bid” respectively, and addressed to:

The Permanent Secretary,

Bureau of Public Service Reforms

Block D, 3rd Floor,

Federal Secretariat Extension,

Shehu Shagari Way,

Abuja.

 

 

“Pre-retirement Training Programme” should be clearly indicated at the top left hand corner of the envelopes.

The bid should be dropped in the Tender Box in the Procurement Unit, Room 316 of the Bureau. Bidder’s name and address should be indicated on the reverse side of the envelope.

 

 

Closing Date

All submissions must reach the address below not later than 12.00 noon on 30th November, 2012. Submitted bids will be opened at 1.00pm the same day.

 

Signed:

Permanent Secretary

General Procurement Notice and Invitation to Tender for Dualization Of Ikot Ekpene-Ikot Umo Essien Road at Akwa Ibom State Government

Akwa Ibom State Government

 

General Procurement Notice and Invitation to Tender for Dualization Of Ikot Ekpene-Ikot Umo Essien Road

 

1.   Introduction:

In compliance with the Public Procurement Act 2007, the Akwa Ibom State Government wishes to notify the public of its desire to dualize the Ikot Ekpene-Ikot Umo Essien Road. In view of the above, interested and established Construction Companies, with proven experience, expertise personnel profile and requisite equipment for timely execution are hereby invited to collect the tender documents as listed in item 3 below.

 

2.       Scope of Work:

The scope of work shall include but are not limited to Road Works inclusive Outfall drains, as follows:

(a)     22km dual main-carriageway both sides with hard shoulders; total 4 lanes with median, shoulder, kerbs, drainage, street lighting on main-carriageway, inclusive surface drainage.

(b)     Optional item for next phases: Construction of Flyover and bridges.

(c)      Optional item for next phases: Extension approx. 20km road works to Abia State.

 

 

3.  Construction Period:

The construction works have to start latest on 1st February, 2013. All Works have to be finished after a construction period of 24 months

 

4.       Requirements:

Competent Contractors refer to those registered with Akwa Ibom State Finance and General Purposes Committee under Civil Works, CATEGORY II (Building/Civil Engineering) and are in possession of valid Registration Certificates.

 

Interested construction companies may wish to Tender for this Project by paying a non-refundable Tender fee of N1,000,000,00 (One Million Naira) only, to the Sub-treasury, Uyo and thereafter submit the original Treasury Receipt with Photocopies to the Secretary, Finance and General Purposes Committee (FGPC), Governor’s Office Complex, Uyo for collection of tender documents.

 

5.       Completed and signed tenders should be accompanied with the following:

i)       Evidence of Registration with the Corporate Affairs Commission (CAC).

ii)      Evidence of current registration with the Akwa Ibom State Finance and General Purposes Committee in Category “II” as Building/Civil Contractor,

iii)     Tax clearance certificate for the last three (3) years verifiable from Federal Inland Revenue Service.

iv)     Article of Memorandum of Association of Company.

v)     List and verifiable documentary evidence of similar jobs, particularly Road and Bridge Works successfully executed (or being executed) in the last five (5) years with a minimum contract sum of N5,000,000,000.00 (Five Billion Naira) each including their letters of award, contract agreement and relevant completion certificates or valuation where the jobs are on-going.

vi)     List of equipment to be used for the projects and their locations. State whether the equipment is on lease, hired or owned.

vii)    List of key professionals registered with COREN to be attached to the project, their qualifications and experience. Enclose photocopies of professional certificates where applicable.

viii)   Audited account of the bidder for the last three years duly endorsed by a firm of Chartered Accountants. A requirement is a turnover of at least

N10bn in each of the last three years.

ix)     Bank Statement of the company for the last two (2) years

x)     Letter authorizing the Akwa Ibom State Government and their representatives to cross check the submitted company’s account: The completed bid must be scaled in an envelope and clearly marked “TENDER FOR THE DUALIZATION OF IKOT EKPENE IKOT UMO ESSIEN ROAD”

 

 

6.       All documents submitted will be subjected to verification from relevant agencies

6.0     The COMMITTEE may at its discretion, reject any lender which does not conform with the basic Tendering rules.

6.1    Akwa Ibom State (Government is not bound to accept the lowest tender or any tender.

6.2     Late Tenders will not be accepted.

7.       Only technically qualified companies will be allowed to participate in the financial tender opening.

8.       Bid can only be submitted within working hours.

9.       This advertisement shall not be construed as a commitment on the part of the client nor shall it entitle responding bidders to seek any indemnity from the Client by virtue of such bidder having responded to this advertisement.

 

Submission of Completed Tender Documents

Completed Tender Documents (Technical and Financial Bids:

Two sets of hard copy and one Electronic copy in compact disc and Microsoft Office) shall be submitted in two different sealed envelopes and labeled “Technical Bid” and “Financial Bid” and both sealed in a third envelope marked project name at the top right hand corner and addressed to:

The Secretary

Finance and General Purposes Committee

Governor’s Office Complex -Uyo.

 

Return of completed Tender Documents must be submitted not later than 12 noon on 24th December, 2012 to the undersigned. Only bidders whose Technical Bids meet the cut-off qualifying mark shall have their bids opened. The Financial Bids of the unsuccessful bidders shall be returned unopened.

 

The Secretary

Finance and General Purposes Committee

Governor’s Office – Uyo.

Invitation to Tender at National Sugar Development Council, Abuja

National Sugar Development Council, Abuja

 

Invitation to Tender

 

1.0     Introduction

The Management of the National Sugar Development Council (NSDC) hereby invites reputable and interested Construction Companies and Suppliers to tender for the following 2012 Capital Projects being carried out by the Council.

 

2.0     Scope of Work

Lot 1:          Drilling of Tube Wells at Bacita and Numan.

Lot 2:          Supply of Heavy Duty Equipment for Sugarcane Bio-Factory Laboratory at Institute of Agricultural Research (IAR), Samaru, Zaria.

Lot 3:          Supply of Other Equipment and Glass Wares to Mini Plants.

Lot 4:          Supply of Laboratory Chemical Reagents to Collaborating Research Institutions.

Lot 5:          Supply of 1 No. Sport Utility Vehicle and 2 Nos. 2012 Toyota Hilux Pick-Ups 2.7VVTi.

 

3.0     General Requirements

Construction Companies and Suppliers wishing to carry out the above jobs should submit the following:

i.        Registration with CAC.

ii.       Current Tax Clearance Certificate.

iii.      Evidence of registration with COREN. (For Drilling of Tube Wells)

iv.      Evidence of accreditation by Toyota Nigeria Limited. (For Supply of Vehicles)

iv.      Evidence of compliance with provisions of the Pensions, Reform Act, 2004.

v.       Quotation should also indicate specific period for the completion of the jobs or supply (where applicable).

vi.      The quotation should be inclusive of all taxes.

 

4.0     Tender Instructions

Interested Construction Companies and suppliers should collect Bid Documents from the Procurement Unit of the National Sugar Development Council, after payment of a non-refundable fee of N 10,000 (Ten thousand naira only) per job.

 

5.0     Submission of Bid Documents

The completed Tender Documents with a copy of the receipt of Tender fee shall be submitted in a sealed envelope and marked for Lot l:-Tube Wells; Lot 2:- Heavy Duty Equip.; Lot 3:- Other Equip. & Glass wares: Lot 4:- Chemical Reagents; and Lot 5:- Vehicles at the top right corner of the envelope and addressed to:

The Executive Secretary

National Sugar Development Council

Federal Secretariat, Block c, a” Floor,

Maitama District,

P.M.B.299,

Garki Abuja.

 

Deadline for the submission of completed Tender Documents is 20th December, 2012 while the date of bid opening will be Friday, 21st December, 2012 at 10 a.m in the Conference Room of NSDC, Federal Secretariat, Block C, 4th Floor, Maitama District Abuja.

 

SIGNED

Management

Invitation for Pre-Qualification and Tender Exercise of Contractors/Suppliers for Tertiary Education Trust Fund (Tetfund) for year 2011-2012 Merged Normal Intervention Project at Ekiti State University,

Ekiti State University,

P.M.B. 5363, ADO-EKITI

Website: www.eksu.edu.ng

 

Invitation for Pre-Qualification and Tender Exercise of Contractors/Suppliers for Tertiary Education Trust Fund (Tetfund) for year 2011-2012 Merged Normal Intervention Project

 

1.0.      Introduction

In line with the requirements for due process for award of contracts for capital projects, the Ekiti State University, Ado-Ekiti wish to invite competent/qualified contractors/suppliers/manufacturers to pre-qualify and tender for:

 

i.        Construction of the Faculty of Agricultural Sciences Building.

ii.       Supply and installation of laboratories’ furniture and fittings to the Faculty of Agricultural Sciences Laboratories.

iii.      Construction of School of Postgraduate Studies Building.

iv.      Supply and installation of laboratory equipment to the Faculty of Engineering Phase III.

v.       Construction of Entrepreneurship Centre.

 

2.0     Pre-Qualification Requirements

Interested contractors/suppliers are invited to submit the following documents:

i.        Evidence of Registration with the Corporate Affairs Commission.

ii.       Evidence of registration as contractor with Ekiti State University, Ado-Ekiti.

iii.      Evidence from the Company’s bankers as to the financial capacity/capability    to undertake the project.

iv.      Evidence of tax clearance certificate for the last three years (State and Federal).

v.       Evidence of VAT registration and remittances.

vi.      Evidence of presence of company in Ekiti State.

vii.     Evidence of qualified technical and professional staff.

viii.    Evidence of acquisition of specialized equipment (provide receipt(s). pictures, etc)

ix.      Evidence of execution of similar jobs in academic or allied environment. (Provide letter of award of contract and completion certificate for each of the

projects).

x.       Evidence of pension scheme for Company staff.

xi.      All documents to be arranged in the ORDER above:

 

3.0.    Verification of Claims

Interested contractors must note that Ekiti State University, Ado-Ekiti reserves the right to verify claims made in the pre-qualification document submitted by them.

 

4.0     Pre-Qualification and Tender Fees

Suppliers are to pay a non- refundable processing fee of N50,000.00. The fee should be paid in Bank Draft and addressed to Ekiti State University, Ado-Ekiti.

 

5.0.    Submission of Document

a.       The pre-qualification applications with all the required supporting documents should be neatly packaged, bound and forwarded in sealed envelope and marked at the top left corner. For example: Pre-qualification for the construction of Faculty of Agricultural Sciences building.

 

b.       The completed tender’s document collected from Physical Planning Department Ekiti State University, Ado-Ekiti, must be sealed in an envelope marked at the left corner. For example: Tender documents for the Construction of Faculty of Agricultural Sciences Building.

The companies submitting the pre-qualification and tender document should write the name, mobile phone number of contact person and the name of the firm at the bottom left corner of the TWO envelopes. This will allow for prompt communication.

The pre-qualification and tender document must reach the University on or before Thursday, 20th December, 2012 by 9.a.m.

 

Please note that:

i.        The Pre-quantification and tender documents paper will be opened on 20th December, 2012 by 10.am in the Senate Chamber of the University. All those who would have submitted their documents by the deadline are hereby invited to the meeting for opening of the pre-qualification and tender documents.

 

ii.       Only the tender document of pre-qualified contractors/suppliers will be opened.

 

iii.      The two parcels (pre-qualification and tender) should be addressed to:

 

The Registrar,

Ekiti State University,

P.M. B. 5363, Ado-Ekiti, Nigeria.

 

iv.      It is hereby emphasized that current registration with Corporate Affairs Commission, Abuja and Ekiti State University, Ado-Ekiti are compulsory and non- negotiable.

 

v.       Contractors/Suppliers are expected to adhere strictly to all instructions as

non- compliance may constitute a ground for disqualification.

 

Omojoia Awosusi, Ph.D.

Registrar

Invitation for Submission of Proposal for the Reconstruction of Roads at Abia State Oil Producing Areas Development Commission

Abia State Oil Producing Areas Development Commission

No 11 Opara Avenue, Umuahia, Abia State.

 

Invitation for Submission of Proposal for the Reconstruction of Roads

 

In line with Chief T.A. Orjf’s desire to provide adequate infrastructural facilities to the Oil Communities of Abia State, Proposals are therefore invited from suitably qualified road construction companies for reconstruction and rehabilitation of the following roads:

1.       Construction/Rehabilitation of Umuojima Road (450m) Aba

2.       Construction of Umuagalaba (well 9 Ulorgo Road 3.5Km) Owazain Ukwa West

 

Details of tendering documents are obtainable at the office of the Secretary, Abia State Oil Producing Areas Development Commission (ASOPADEC)

 

Conditions for Tendering

i.        Payment of non-refundable fee of N20, 000 (twenty thousand naira) to ASOPADEC

ii.       Evidence of Registration as a contractor in appropriate category with the State Ministry of Works

iii.      Tax clearance for the past 3 years

iv.      Evidence of jobs previously done

v.       Evidence of incorporation with Corporate Affairs Commission

vi.      Evidence of VAT remittance

vii.     Evidence of registration with ASOPADEC

viii.    All tender documents must be returned to the office of the Chairman ASOPADEC

 

3.       Completed tendering form together with the above should be submitted in a sealed envelope marked “Confidential Lot 1st and deliver to

 

The Chairman, ASOPADEC,

No 11 Opara, ASOPADEC,

Umuahia,

Abia State.

 

4.       All Tenders must reach the above address on or before 12th December 2012.

 

5.       Please note that ASOPADEC is not obliged to accept the lowest competitive bidders.

 

Signed:

Chief Sam Nwogu

Chairman, ASOPADEC