Invitation to Tender at Rivers State Environmental Sanitation Authority

Government of Rivers State of Nigeria

Rivers State Environmental Sanitation Authority

 

Invitation to Tender

 

The Rivers State Environmental Sanitation Authority (RSESA) hereby calls for tenders from reputable and competent Contractors for the collection, removal and disposal of domestic solid wastes. Interested Contractors are required to submit qualifying documents to the office of the Sole Administrator, Rivers State Environment Sanitation Authority

 

Scope of Work:

Intending Contractor shall be required to collect, remove and dispose off domestic solid waste from households in Port Harcourt Metropolis

 

Requirements for Qualification:

1.       Contractor must be registered with the Corporate Affairs Commission either as a limited liability company under Part A or as a business enterprise under Part B. The Memorandum of Association and objectives of the contractor must emphasize waste management as its areas of expertise.

2.       The Contractor must have a registered office situate in Rivers State

3.       Contractor must have over 5 years’ experience in the management of domestic solid waste

4.       Contractor must possess at least (5) No’s 28 ton compactor in good working condition.

5        Contractor must have experienced and qualified Operations Managers with at least a HND degree or B.Sc equivalent with over 5 years cognate experience

6.       Operation Managers must be registered members of the Waste Management Association of Nigeria

7.       The contractor must be a corporate member of the waste management association of Nigeria

8.       Contractor must have a Foreman or team supervisor with requisite waste management experience, training and education

9.       Contractor shall have a staff training manual on waste management, proper disposal, waste segregation etc

10.     Contractor must possess a comprehensive HSE Policy and training manual

11.     Contractor must have a comprehensive health cover for staff which shall include;

 

i.        Blood pressure

ii.       Eye test

iii.      Physical fitness

 

The certificate should be renewable every six months.

 

12.     Business Sustainability Plan; a plan showing the future direction of contractor’s business and strategy to turn waste management into a sustainable business

13.     Contingency plan showing the contractor’s strategy to address problems such as broken down equipment, availability of staff during holidays, and general emergencies that may affect the delivery of service to the authority and state.

 

 

Interested contractors should submit two copies each of their qualifying documents to;

The Office of the Sole Administrator,

Rivers State Environmental Sanitation Authority,

KM 6 Ikwerre Road,

Port Harcourt

 

Closing Date: 26th November, 2012

Invitation for Pre Qualification and Tender for Internally Generated Revenue Projects at Adeyemi College of Education Ondo

Adeyemi College of Education Ondo

 

 

Invitation for Pre Qualification and Tender for Internally Generated Revenue Projects

 

1.0 Introduction

 

Adeyemi College of Education, Ondo intends to undertake pre-qualification and tender exercise for the under listed Internally Generated Revenue Projects.

 

Interested and reputable contractors are hereby invited to forward their documents for the purpose of Pre-Qualification and Tender for the under listed Projects:

 

(i)                Construction of Dean’s Block for School of Arts and Social Sciences

(ii)             Rehabilitation/Remodeling of old Mathematics Block for the Department of Economics

(iii)           Renovation of Home Economics Department (Home Management Unit)

(iv)           Rehabilitation of main Registry Block

 

 

2.0 Pre-Qualification Requirements

 

Prospective Contractors shall be required to submit the following pre-qualification documents:

 

(i)                Evidence of Registration with Corporate Affairs Commission (C AC).

(ii)             Evidence of Tax Clearance Certificate for the last three (3) years.

(iii)           Evidence of VAT Registration and Remittances.

(iv)           Evidence of Company’s audited accounts for three (3) years and its annual turnover

(v)             Evidence of Compliance with Pension Reform Act, 2004

(vi)           Evidence of similar projects successfully executed with their locations (copies of letters of award to be attached).

(vii)        Technical qualifications and experience of key personnel.

(viii)      Evidence of Financial Capability and Bank Support (attach Bank reference, Statement of Account etc.).

(ix)           Equipment and Technical Capacity.

 

3.0 Tender Requirements

Prospective Contractors shall be required to:

 

(i)      Collect tender documents in the Office of the Director Physical Planning, Works and Services after the payment, of a non-refundable Tender fee of N25, 000 00 (Twenty Five Thousand Naira) only Per Project made payable to Adeyemi College of Education Skye Bank Investment Account No. 1770793689

 

 

4.0 Submission of Pre-Qualification/Tender Documents

 

Pre-qualification and Tender documents should be neatly packed in a sealed envelope marked “Pre-Qualification and Tender for Internally Generated   Revenue (IGR) Projects” (Indicate   Specific Project) at the top left hand corner of the envelope to: The   Registrar, Adeyemi, College of Education, Ondo and submitted not later 24th December, 2012 i.e. 12.00 noon on 24th December, 2012

 

The bids will be opened as follows:

 

Closing Date/Time:       24th December, 2012 12.00 Noon

 

Opening Date/Time:     24th December, 2012 100 p.m.

 

Opening Venue:            Council Chambers,

 

Interested Companies are by this notice invited to attend the opening exercise.

 

 

 

 

5.0   Verification of Claims

 

Please note that Adeyemi College of Education, Ondo reserves the right to verify claims made in the pre-qualification documents submitted by interested Contractors.

 

Note:

Only the Tenders of responsive Companies would be further considered.

 

Signed:

F.E. Aderinboye

Registrar

Invitation for Pre Qualification and Tender for Tertiary Education Trust Fund (TETFUND) Intervention in Library Development for years 2010-2011 and Consultancy Services In Respect Of Years 2009-2012 TETFUND Normal Intervention at Adeyemi College of Education, Ondo

Adeyemi College of Education, Ondo

 

Invitation for Pre Qualification and Tender for Tertiary Education Trust Fund (TETFUND) Intervention in Library Development for years 2010-2011 and Consultancy Services In Respect Of Years 2009-2012 TETFUND Normal Intervention

 

 

1.0 Introduction

Adeyemi College of Education, Ondo intends to undertake pre-qualification and tender exercise for the under listed Tertiary Education Trust Fund (Tetfund) Projects in Library and normal intervention. Interested and reputable Contractors/Consultants are hereby invited to forward their documents for the purpose of Pre-Qualification and Tender for the under listed Projects:

 

(A) Year 2010-2011 Intervention in Library Development

 

(i)                Procurement of 257 No. various titles of assorted Books and Journals

(ii)             Procurement of 10OKVA Generator (CAT Olympia), cost of sound proof and delivery inclusive,

(iii)           Procurement of 400 set of Chairs and Reading Tables

(iv)           Procurement of standing package Air-conditioners, Code Readers, Webcam and Computer Accessories.

 

 

(B) Consultancy Services for Years 2009   2012 Normal Projects

 

The work entails the production of Conception Design/Working Drawings, Bills of Quantities and Post Contract supervision of the projects.

 

Consulting firms are consequently required to submit technical proposals in their areas of strength i.e. Structural, Electrical, Mechanical or Architectural.

 

 

2.0 Pre-Qualification Requirements for Library Projects

 

Prospective Contractors shall be required to submit the following pre-qualification documents:

 

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

(ii)             Evidence of Tax Clearance Certificate for the last three (3) years.

(iii)           Evidence of VAT Registration and Remittances.

(iv)           Evidence of Company’s audited accounts for three (3) years and its annual turnover.

(v)             Evidence of Compliance with Pension Reform Act, 2004.

(vi)           Evidence of similar projects successfully executed with their locations (copies of letters of award to be attached).

(vii)        Technical qualifications and experience of key personnel

(viii)      Evidence of Financial Capability and Bank Support (attach Bank reference, Statement of Account etc.).

(ix)           Equipment and Technical Capacity,

 

 

3.0 Tender Requirements for Library Projects

 

Prospective Contractors shall be required to:

(i)                Collect tender documents in the Office of the Director, Physical Planning, Works and Services after the payment of a non-refundable Tender fee of N20, 000.00 (Twenty Thousand Naira) only Per Project made payable to Adeyemi College of Education Skye Bank Investment Account No. 1770793689

 

 

4.0 Requirements for Consultancy Services

 

The technical proposals should, among other things, include the following:

(a)  Evidence of Registration with Corporate Affairs Commission (CAC)

(b) Evidence of firm’s registration with relevant professional bodies.

(c)  Evidence of tax Clearance Certificate for the last 3 years,

(d) Evidence of VAT registration and remittances.

(e)  Evidence of Company’s Audited Account for the last 3 years.

(f)   Evidence of Principal Partner’s Registration with professional bodies.

 

 

5.0   Submission of Pre-Qualification/Tender Documents for Library Projects

 

Pre-qualification and Tender documents should be neatly packed in a sealed envelope marked “Pre-Qualification and Tender for Tertiary Education Trust Fund (TETFUND) Library Projects” (Indicate Specific Project) at the top left hand corner of the envelope to:

 

The Registrar

Adeyemi College of Education,

P.M.B.520, Ondo.

 

Not later than 24th December, 2012 i.e. 12.00 noon on 24th December, 2012

 

The bids will be opened as follows:

 

Closing Date/Time:       24th December, 2012 12.00 Noon

 

Opening Date/Time:     24th December, 2012 100 p.m.

 

Opening Venue:            Council Chambers,

 

Interested Companies are by this notice invited to attend the opening exercise.

 

6.0 Submission of Technical Proposals

 

All interested Consultants/Consulting firm are required to send their technical Proposals, sealed and clearly marked “Application as a Consultant” at the left hand corner of the envelope to:

 

The Registrar

Adeyemi College of Education,

P.M.B. 520, Ondo.

 

Not later than 24th December, 2012 i.e. 12.00 noon on 24th December, 2012

 

7.0   Verification of Claims

 

Please note that Adeyemi College of Education, Ondo reserves the right to verify claims made in the pre-qualification documents submitted by interested Contractors/Consultants.

 

Note:

Only the Tenders of responsive Companies would be further considered.

 

Signed:

F.E. Aderinboye

Registrar

 

Tender Opportunity at Mobil Producing Nigeria Unlimited

Mobil Producing Nigeria Unlimited

An Exxon Mobil Subsidiary

Operator of the NNPC/MPN Joint Venture

 

Tender Opportunity:

Provision of Cementing and Pumping Services for Year 2013 – 2016 Drilling Program

 

1.       Introduction

Mobil Producing Nigeria Unlimited (MPN), operator of NNPC/MPN Joint Ventures plans to engage Cementing and Pumping Services for Year 2013-2016 Drilling Program Services at its locations within the NNPC/MPN Joint Venture (JV) acreage for an anticipated contract term of two (2) years with a one (1) year optional renewal period. Contract is expected to commence in June 2013.

 

2.       Scope of Work

The scope of work includes, but is not limited to the provision of Cementing and Pumping Services, associated tools and highly qualified specialist personnel. Interested companies must be able to provide the following Cementing and Pumping Services:

A.      All personnel, equipment, bulk material, and additives associated with

Cementing and Pumping Services.

B.      Installation of high pressure pumping system on the Drilling Units with all such equipment and associated personnel provided by the Bidder.

C.      A Pumping Unit capable of carrying out all aspects of the proposed work

including the cementation of the proposed casing strings, blowout preventer pressure tests, casing pressure tests, formation integrity tests, required well

testing operations and other pressure pumping operations as required by          MPN.

D.      Comprehensive dockside facilities and personnel located in FOT Onne Port

capable of designing, blending, testing, storing, and transferring formulated

bulk cement products directly to a supply vessel.

 

3.       Mandatory Requirements

A.      To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Cementing  Services (3.04.04) (Product/services) category in  NipeX Joint Qualification System  (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).

 

B.      To determine if you are prequalified 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.

 

C.      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.

D.      To initiate the JQS prequalification process, access www.nipexng.com to download an application form, make necessary payments and contact NipeX office for further action.

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

 

4.       Close Date

Closing Date- Only tenderers who are registered with NJQS Product/Category Cementing Services (3.04.04) on or before Thursday, 29th November 2012 being the advert close date shall be invited to submit Technical Bids.

 

5.       Additional Information

A.      Interested suppliers must be prequalified for this product/service category in NJQS.

 

B.      Full tendering procedure will be provided only to contractors that have been successfully prequalified in NJQS.

 

C.      This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of MPN to award a contract to any supplier and/or associated companies, sub-contractors or agents.

 

D.      This advertisement shall not entitle prequalified companies to make any  claims whatsoever, and/or seek any indemnity from MPN and/or its partners     by virtue of such companies having been prequalified in NJQS.

 

E.      All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers.

 

F.      MPN shall communicate only with the authorized/responsible personnel of prequalified companies and not through unauthorized individuals or agents.

 

6.       Nigerian Content

Company is committed to the development of the Nigerian Oil and Gas business in

compliance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010.

 

As from the commencement of this Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian Oil and Gas

Industry shall be consistent with the level set in the Schedule to the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).

 

MPNU requires their Contractors to comply with the Act, its attached Schedule and any applicable regulation developed by the NCDMB.

 

Nigerian Content (NC) in the Nigerian oil and gas industry is defined as:

“The quantum of composite value added to or created in the Nigerian economy by a systematic development of capacity and capabilities through the deliberate utilization of Nigerian human, material resources and services in the Nigerian oil and gas industry.”

 

“Nigerian company” is a company registered in Nigeria in accordance with the

provisions of Companies and Allied Matters Act with not less than 51% equity shares by Nigerians.

 

Bidders shall consider Nigerian content as an important element of their overall

project development and management philosophy for project execution.

 

As part of their submissions, Tenderers shall:

 

A.      Provide a description of its committed infrastructure (asset, equipment,

technical office, and administrative space, storage, workshop, assembly area,

repair,  and maintenance, testing, laboratory, etc.) in Nigeria (offices, equipment etc.) to support this contract, evidence that a minimum of 50% of all equipment deployed to work by multinational and international companies are owned by the Nigerian subsidiary. Tenderers will be required to apply for Nigerian Content Equipment Certification (NCEC) for all equipment to be deployed or used to support this contract.

 

B.      Demonstrate that its entity is a Nigerian registered company, defined as a company registered in Nigeria in accordance with the provision of Company and Allied Matters Act. Provide details of its Ownership Structure, Submit certified true copies of CAC form (C02 and CO7) including Memorandum and Article of Association. For Nigerian company in alliance with a foreign company or multinational, submit evidence of binding agreement of the alliance duly signed by the CEO’s of both parties.

 

C.      Submit a plan on how it intends to give first consideration to services provided from within Nigeria, raw materials and manufactured & assembled goods of Nigerian origin, to meet the NC targets of 75% Man-hour for Cementing Services and 95% Man-Hour for Pressure Pumping Services in line with the requirements of the Act. (Where NC target is 100% then service will be restricted to Indigenous Company’s only)

 

D.      Demonstrate key Management positions that are Nigerian Nationals and the percentage of the Company total workforce (direct and in-direct employees) that are Nigerians

 

Notes:

Bidder’s failure to comply with the NOGICD Act or demonstrate commitment to

Nigerian Content development will result in Bidder’s disqualification.

 

Please visit the NipeX Portal at www.nipexng.com  for this Advert and other information

 

Mobil house, Lekki Expressway, Victoria Island, P.M.B. 12054, Lagos

Invitation for Expression of Interest as service provider under Osun State III Development project at Osun State Fadama Coordination Office of Osun State Agricultural Development Programme

Osun State Fadama Coordination Office of Osun State Agricultural Development Programme

P.O. Box 724, IWO, Osun State, Nigeria.

E-Mail: Osunfadama@yahoo.com , Osunfadama@gmail.com

 

Invitation for Expression of Interest as service provider under Osun State III Development project

 

The Osun State Government, having fulfilled all the eligibility criteria for participating in the World Bank Assited Third National Fadama Development Project, has been declared fund disbursable by the World Bank since 2009.

 

Several activities are being implemented at the twenty (20) participating Local Government Areas and Ife East Area Office, in Osun State since the inception of the project.

Specifically, services of interested and qualified Service Providers are been utilized in the following Project Components:

  • Individual/Groups Asset Acquisition
  • Small-Scale Community – Owned Infrastructure
  • Capacity Building
  • Input Support Services
  • Advisory Services

 

Details of the Component Activities Include

  • Small-Scale Community – Owned Infrastructure (rural roads, culverts, building etc)
  • Sinking of wells, boreholes etc
  • Fabrication of agricultural processing tools and equipment.
  • Input supplies in all agricultural activities including livestock, fisheries, honey-bee production, crop production, agro-chemicals, sprayers, farm machineries, etc.
  • Advisory Service on Crop Production, Livestock Management, Fish Production & Management, Processing & Marketing of Agricultural Product.

Intending Service Providers are to be very familiar with the respective communities at which they want to operate.

 

Osun State Fadama III Coordination Office is hereby inviting sealed letter of Expression of interest from eligible and interested prospective Service Providers. The letter of expression of interest is to be supported with documents providing evidences of registration and competence of the agency, person, or firm. These should include:-

a.       Name and Address of Such body

b.       Certificate of Registration with Osun State Government

c.       Areas of interest

d.       Evidence of past jobs done in the chosen field (s)

e.       Certificate of incorporation

f.       Evidence of financial Capability

g.       Company Profile

h.       Evidence of Payment of Osun State Development Levy

i.        Certificate of Registration of Company Premises

j.        3 – years tax clearance certificate

k.       Letter of Guarantee from two reputable persons (attach 2 identified passport photograph of the each guarantor).

 

Note that selection of Service of Service Providers (SPs) will be done by the respective communities on the basis of competitive bidding. The Osun SFCO will prepare a list of potential Service Providers who meet the required qualifications and submit the list to the FCA who, depending on the format they adopt, may: (a) Post notices at the village and LGA notice boards inviting bids; or (b) send to SP a format invitation to bid, including the specifications of the subproject they would want to implement; or (c) invite SPs to negotiate a contract directly with them.

The application should be addressed to: The State Project Coordinator,

Osun State Fadama Coordination Office

Osun State Agricultural Development Programme

P.O. Box 724, Oyo Road, Iwo.

E-mail: osunfadama@yahoo.com , osunfadama@agmail.com , osun@fadama.net .

Tel: 08072231018, 08032136028

 

For further enquiries, intending Service Providers can consult the State Fadama Coordination Office, Iwo between the hours of 8.00a.m – 4.00p.m. Mondays to Fridays. On or before 23rd November 2012.