Invitation for Pre-Qualification and Financial Bids at The Nigeria Arabic Language Village, Ngala

The Nigeria Arabic Language Village, Ngala

(Inter-University Centre for Arabic Studies)

 

2012 Appropriated Capital Projects

Invitation for Pre-Qualification and Financial Bids

 

 

Preamble

The Nigeria Arabic Language Village, Ngala (NALV) is a Federal Government Agency, a foremost inter university centre for Arabic studies with Headquarters at Ngala , Borno State, Nigeria wishes to invite interested reputable and competent Contractors to Pre-qualify and Bid for the following projects.

 

Scope of Works/Supplies:

LOT S/N LOT No. PROJECT TITLE
2 NALV/CP/2012/S/02 Production of Master Plan (Surveying, Physical brief and master plan)
7 NALV/CP/2012/SW/05/A Rehabilitation 1 (Provision of borehole)
10 NALV/CP/2012/SW/06 Construction of staff school (academic staff offices)
11 NALV/CP/2012/G/07 Furniture and equipment for Academic staff
12 NALV/CP/2012/G/08/A Purchase of Vehicles and Generators 1 (3No. Double cabin pickup- four wheel drive)

 

 

A.      Pre-Qualification Requirements:

To be considered for pre-qualification, interested, competent and reliable contractors are required to provide Verifiable evidence including but not limited to the following documents:

  1. Photocopy of Certificate of Incorporation/Business Registration in Nigeria With Corporate Affairs Commission, Articles and memorandum of Association inclusive
  2. Photocopy of Current Company Tax Clearance Certificate for the last 3 (Three) Years (2009, 2010 and 2011);
  3. Photocopy of Value Added Tax (VAT) Registration Certificate.
  4. Company’s Audited Accounts for the last three (3) years. (2009, 2010 and 2011), duly signed and stamped
  5. Evidence of Financial capabilities to execute the works/supplies. This should include certified Bank statement from refutable Bank (Bank reference letter only is not acceptable);
  6. Comprehensive Company Profile including details of the Management and Professional staff and copy of Company Brochure with convincing evidence of Competence to undertake the relevant project;
  7. Evidence of adequate relevant equipment and infrastructure to handle the job;
  8. Verifiable evidence of previous experience i.e. having successfully carried out Similar supplies in the last three (3) years with their costs, locations, name and telephone number of the client and copies of award letter and Completion Certificates;
  9. Evidence of Compliance with the Federal Government Pension Reform Act;
  10. Provides evidence of compliance with the provision of industrial training fund (I.T.F.) amendment act of 2011 relating to the training contribution by table organization

 

 

B.     Collection of tender Documents (Between Monday 1st October, 2012 and Friday 12th October, 2012)

Interested companies are to collect tender documents from the office of Coordinator (municipal services department) between 10.00am and 2.00pm upon payment (bank teller) of N20,000.00 (Twenty thousand Naira only) non-refundable processing fees for each lot in UNION BANK Plc, Account No. 0024812055 Maiduguri main branch, in favour of NIGERIA ARABIC LANGUAGE VILLAGE.

 

 

D.    NOTE:

i).      The Pre-qualification documents must be arranged in the order listed above; submissions could be disregarded for failure to comply with this instruction.

ii).     Any Company that submits fake documents shall be disqualified outright and may be reported to the appropriate authority;

iii).    All interested companies must produce original of documents on the date of opening for sighting only.

 

E.       Closing Date:

a).      The completed pre-qualification and full Tender bids must be in two different sealed envelopes and clearly marked at the top hand corner indicating pre-qualification for Title of the project” similarly the tender envelope shall be clearly marked indicating TENDER FOR Title of the project and all of which shall be in ONE BIG ENVELOPE clearly marked indicating PRE-QUALIFICATION AND FINANCIAL BIDS FOR Title of the project. Also name and address of the firm company should be clearly indicated at the back of the envelope.

b)      The Pre-qualification and financial bids must be returned to the Office of the Director/Chief Executive, Nigeria Arabic Language Village, Ngala on or before 10am 15th October, 2012. The pre-qualification and financial bids will be opened immediately by 10.00 am at the Council Chamber on 15th October, 2012, willing tenderers and general public are invited to witness the opening. Only Pre-Qualified Contractors will have their tenders opened on the date of opening. The Village will thereafter undertake verification of all claims made by Contractors

 

 

F. Important Information:

i).      This Advert shall not be construed to be commitment on the pan of the Nigeria Arabic Language Village nor shall it entail the Company to make any claim(s) whatsoever and/or to seek any indemnity from The Nigeria Arabic Language Village by-virtue of such Company having responded to this Advertisement.

ii)      That the Village is not bound to accept tenders sent by post, courier service, e-mail and/or any other means of delivery other than by hand.

iii)     Interested contractors may make submission for not more than two (2) projects and must show competency in each of the lots separately.

 

Signed

DIRECTOR/CEO

Nigeria Arabic Language Village, Ngala

Invitation for Expression of Interest for the Provision of Engineering Consultancy Services for Projects Under Satellite Town Development Agency (STDA) at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

Satellite Towns Development Agency (STDA)

Services for Projects under Satellite Towns Development Agency (STDA)

Invitation for Expression of Interest for the Provision of Engineering Consultancy Services for Projects Under Satellite Town Development Agency (STDA)

The Federal Capital Territory Administration (FCTA), through the Satellite Towns Development Agency (STDA) is inviting competent and interested Companies / Consultants to submit Technical and Financial Proposals for supervision services for any of the following projects.

 

A. The Projects;

I.         Post Contract Consultancy Services

Lot EPC5:  Post Contract Supervision for the Construction of Bwari- Kau Road

Lot EPC6:   Post Contract Supervision for the Provision of Engineering Infrastructure to ONEX – Bwari Road.

Lot EPC7:   Post Contract Supervision for the Construction of Township Roads in AMAC and Bwari Area Councils.

Lot EPC8:   Post Contract Supervision for the Construction of Township Roads in Gwagwalada and Kuje Area Councils.

Lot EPC9:   Post Contract Supervision for the Construction of Township Roads in Kwali and Abaji Area Councils.

Lot EPC10: Post Contract Supervision for the Provision of Roads Water and Electricity Supply to the Karshi-Ara Road.

Lot EPC11: Post Contract   Supervision   for  the   Engineering Infrastructure Construction of Gwagwalada-Dobi-Izom Road.

Lot EPC12: Post   Contract   Supervision   for   the   Engineering

Infrastructure of Kuje – Gaube Road.

Lot EPC 13:         Post   Contract Supervision   for   the   Engineering Infrastructure of Mpape-Galuyi Shere Road.

Lot EPC14: Post   Contract   Supervision   for   the   Engineering Infrastructure of Karshi – Apo Road.

 

B.   SCOPE OF SERVICES:

I        Scope of Services

The scope of services required is as follows.

  • Provision of Resident Supervision for the Constructs of the Roads.
  • Review of Engineering Design as required;
  • Production of Progress Reports.

 

Eligibility Requirements

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

(ii)             Tax Clearance Certificate for the last 3 years expiring December, 2012;

(iii)           Evidence of compliance with the Provision of Pension Reform Act 2004 which stipulate Registration and up to date Remittance of employee Pension Fund contributions in line with Part IV, section 16 subsection 6d of the Public Procurement Act, 2007;

(iv)           Evidence of Finn’s Contributions to Industrial Training Fund(ITF);

(v)             Evidence of firm current registration with COREN

(vi)           Evidence of firm’s valid Practicing License (2012) issued by COREN (Expatriates only);

 

 

Additional Requirements

(vii)        Corporate  Profile  of the  firm   including  CVs   of   key personnel, registered address, functional contract e-mail address and GSM phone number(s);

(viii)      Evidence of Registration of Key Personnel with COREN

(ix)           Evidence of up to date Annual returns with CAC (2011);

(x)             Evidences of similar jobs successfully executed or being executed;

(xi)           Sworn affidavit in line with the provision of Part IV, Section 16, subsection 6(e & f) of the Public Procurement Act, 2007;

(xii)        Evidences of Technology capacity / equipment / relevant software for the project;

(xiii)      Evidences of compliance with local content requirements.

 

 

D   Submission and Opening of Technical and Financial Submission

Request for Proposal can be collected from Room 043, First Floor,

Block B,   FCTA Tenders Board Secretariat, Area 11, Garki -Abuja.

 

 

Three (3) copies of Technical Proposal in a sealed envelope and Financial Proposal in another sealed envelope (one original and two other   copies)   each   envelope   clearly   marked,   TECHNICAL PROPOSAL   FOR Lots………… and   FINANCIAL PROPOSAL for Lots…………… both must be enclosed in a sealed   envelope   clearly   marked   at   top   right   hand   corner CONFIDENTIAL and boldly written Technical and Financial Proposal for  _____________________  (Title   of Project)_______ for Lot ( _ )   and be dropped in the Tender Box in

Room 043, First Floor, Block B, FCTA Tenders Board Secretariat, Area 11, Garki – Abuja, not later than 10:00am 27th October, 2012

 

 

Please Note That:

  1.        i.            Due Diligence could be carried out on the companies to verify claims included in the submissions;
  2.      ii.            Interested members of the Public especially Civil Right Organization are invited to attend the opening exercise. They are expected to adhered to the Code of Conduct for Public Procurement Observers stipulated by the Bureau of Public Procurement
  3.   iii.            A company is not allowed to bid for more than two (2) Lots A company that violates this rule shall automatically be disqualified.
  4.   iv.            Response to this Invitation shall not obligate FCTA /STDA to consider any responding company for the award of any contract. All cost incurred shall be borne by the responding company;
  5.      v.            The advert should not be construed as a commitment on the part of the FCTA/ STDA, nor shall it entitle responding companies to seek any indemnity from FCTA/STDA by virtue of such company having responded to this advert.

 

Signed Management    

Invitation to Tender at Federal Ministry of Interior

 

Federal Ministry of Interior 

Nigerian Prisons Service

 

Invitation to Tender

 

Introduction:

  1. Furtherance to the implementation of the 2012 Budget and in compliance with the requirements of the Public Procurement Act 2007, the Nigerian Prisons Service intends to award contracts of works and goods to National Headquarters and Prisons formations all over the Federation.

 

  1. Objectives: The projects/supplies are aimed at improving the Prison conditions as it affects the welfare of inmates, provision of working tools, effective monitoring of Prison security and better health-care delivery.

 

  1. The Nigerian Prisons Service therefore invites submission of Bids from suitable and reputable companies/vehicle manufacturers having the experience cum the Technical and Financial capability to undertake the defined scope of supplies/works.

 

Scope of Supplies/Works

Lot No: Description of Project
NPS/WL/12/Q3/A1 Supply of 1 No. 10    Tons Lorry Constructed to    Black Maria With Toilet Facility, Tracking Devices and Suitable for Long and Short Distance journey to be delivered at Enugu Prison
NPS/WL/12/Q4/A2 Supply of 1 No. 10 Tens Lorry Constructed to Black Maria With Toilet Facility, Tracking Devices and Suitable for Long and Short Distance Journey to be delivered at Maiduguri Maximum Prison
NPS/WL/12/Q4/B1 Supply of 3 Nos. 4×2 Pick-up Van (Petrol Engine) A/C Fitted to be Constructed to Mini Black Maria Painted Metallic (Auto Base) to Prison Colour With Tracking Device and 1 Full Tank of Petrol to be delivered at Zones H and E
NPS/WL/12/Q4/B2 Supply of 6 Nos. 4×2 pick-up Van (Petrol Engine) A/C Fitted to be Constructed to Mini Black Maria Painted Metallic (Auto Base) to Prison Colour With Tracking Device and 1 Full Tank of Petrol to be delivered at Zone C, D & E

 

NPS/WL/12/Q4/B3 Supply of 2 Nos. 4 x 2 Pick-up Van (Petrol Engine) A/C Fitted to be constructed to Mini Black Maria Painted Metallic (Auto Base) to Prison colour With Tracking Device and 1 Full Tank of Petrol to be delivered at Zone B

 

NPS/WL/12/Q4/C1 Supply of 3 Nos. Utility Vehicles (Saloon Cars) to PHQ Abuja
NPS/WL/12/Q4/D1 Supply of 1 No. Water Tanker 15 tons, 10,000 Litres and its Complete Accessories for Water Siphoning and Outlet Flow System (Presurrised Type) With 60 Metres Hose Painted Metallic to Prison Colour (Auto Base) with 1 Full Tank of AGO (Diesel) o PHQ Abuja
NPS/WL/12/Q4/E1 Supply of 1 No. 6 Tons Steel Van (Diesel Engine) Trucks for Conveying of Goods to be Constructed and Painted Metallic to Prison Colour (Auto Base) With 1 Full Tank of AGO (Diesel) to PHQ Abuja
NPS/WL/12/Q3/F1 Electrification of 160 Bed MSP Numan
NPS/WL/12/Q3/F2 Rehabilitation of Cell (C) at Abeokuta New Prison
NPS/WL/12/Q3/F3 Provision of water Supply Scheme at  Otukpo Prison

 

 

  1. 4.      Eligibility Criteria:

Vendors are required to submit documents stated here under:-

i)                   Full Details of Company Profile.

ii)                Evidence of Company’s Registration in Nigeria (CAC).

iii)              Evidence of Tax Clearance Certificate for the immediate past three (3) years

iv)              Company’s audited accounts for the last three (3) years.

v)                Evidence of VAT Registration and Remittance.

vi)              Evidence of Payment of Training Contributions to Industrial Training Fund (ITF).

vii)           Evidence of Compliance with Employees compensation remittance to Nigerian Social Insurance Trust Fund (NSITF).

viii)         Evidence Compliance   with   National   Pension   Commission (PENCOM) Requirements on Contribution.

ix)              Detailed evidence of the company’s ability to perform the identified services, including; Facilities Software, Hardware and personnel available to support the services where necessary.

x)                Evidence of relevant experience in similar services and list of similar contracts executed in the last five (5) years with verifiable evidence.

xi)              A Sworn affidavit certifying that none of the Prison Procurement Staff is at present a Director or staff of the company.

xii)           Original treasury Receipt of non-refundable tender processiong fee of 10,000.00 only.

xiii)         Intending Vehicle Suppliers should be manufacturers of vehicles or appointed representative with verifiable evidence/document from the vehicles manufacturer. They should also have functioning workshops at the point of delivery. (Detail will be stated in the Bid Document)

 

  1. 5.     Collection of Bid Documents:

Prospective firms are to pay the non-refundable processing fee of N10,000.00 only into Nigerian Prisons Service Account No. 0000972323 with the Access Bank and obtain a Bank Teller. Thereafter obtain Treasury receipt at the Prison Cash Office PHQ, Abuja.

 

Bid documents can be obtained from the Technical Unit of the Procurement Department (Capital) 1st Floor, Prison Headquarters, Bill Clinton Drive, Airport Road, Abuja-FCT on presentation of Treasury Receipt of non-refundable tender process fee of N10,000.00.

 

  1. 6.     Submission of b1ds:

The prospective BIDDERS shall enclose two (2) separate envelopes clearly marked “Technical” and “Financial” and the two (2) envelopes sealed in one large envelope which shall bear the Lot No., project description, name and address of the company which should be addressed to:

Head of Procurement,

Nigerian Prisons Service,

Prisons Headquarters Office,

Hill Clinton Drive, Airport Road

P.M.B. 16 Garki- Abuja.

 

 

  1. Tender opens from Monday 24th September, 2012 and closes on the Tuesday 23rd October, 2012 at 12.00 noon. Bid opening follows immediately.

 

Please Note:-

  • On the account that bid documents are submitted in any other location other than the address given makes the submission invalid.
  • Notwithstanding the submission of the bids, Nigerian Prisons Service is neither committed nor obliged to include your company on any bidders list or to award any form of contract to your company and/or associated companies, subcontractors or agents.
  • The Service will deal only with authorized officers of the bidding companies and not an individual agent.
  • Nigerian Prisons may decide to cancel any procurement at any stage
  • Only the financial bids of shortlisted firms that meet the technical evaluation criteria shall be opened at a later date
  • Late submissions shall be rejected.

 

This advertisement of Invitation to Tender shall not be construed as a commitment on the part of Nigerian Prisons Service, nor shall it entitle bidders to make any claim(s) whatsoever and/or seek any indemnity from Nigerian Prisons Service by virtue of such bidders having responded to this advertisement. Neither will the Nigerian Prisons Service incure any liability in an even that procurement is cancelled.

 

Signed

Head of Procurement

For: Controller General of Prisons

Tender Opportunity at Star Deep Water Petroleum Limited

Star Deep Water Petroleum Limited

A Chevron Company

Operator of the Agbami Unit (OML 127/128)

 

Tender Opportunity

Provision of Tubing Conveyed Perforation Services to Support Deepwater Drilling and Completions Operations

 

Introduction:

Star Deep Water Petroleum Limited invites interested and qualified companies in

Tendering for provision of Services listed under Scope of Work /Service Requirements’ which will be carried out in respect of its 2014 – 2017 Oil and Gas Wells Drilling, Completions and Workovers for Deepwater Operations in Nigeria. Availability to commence provision of Services is required for an anticipated Commencement Date:  Second (2nd) Quarter 2014. With a Primary Term of two (2) Years with a possible Optional Term of one (1) Year.

 

 

Scope of Work/Service Requirements

DWD-2012-975333: Tubing Conveyed Perforation Services (Deepwater)

  • Interested Applicants must be able to provide the following as required for Deepwater  Tubing Conveyed Perforation Services.
  • Equipment and personnel for tubing convey perforating (TCP) services equipment should include but not limited to guns, retrievable packers deep penetrating, and gravel pack big hole charges. Mechanical and Hydraulic firing heads that may be required for the following casing sizes: 13-3/8”, 11 -3/4”,  9-5/8”, 7”, 5-1 /2” and 5”.
  • Other equipment such as underbalance ported disc subs, underbalance sliding sleeve vents, detonating bars with rollers and retrieving tool, radioactive markers, Surface shot detection, hydraulic jars, safety gun spacer, bull plugs, handling tools, swivel subs, surface pump-in sub and circulation manifold, tool redress kits, safety equipment, and all necessary equipment and accessories required to perform TCP services.
  • TCP Specialists which may be required to provide downhole retrievable packer services associated with shoot and pull TCP operations.
  • Dedicated QA personnel will be supplied by contractor to ensure rigorous adherence to Contractor’s Quality Plan.
  • Contractor will supply a Quality Plan outlining procedures to ensure that Company receives equipment that has been properly prepared for utilization.
  • Quality Plan to define shop equipment required to makeup and lest completion equipment prior to shipment offshore

 

 

Mandatory Requirement:

1.       To be eligible for this tender exercise, interested Bidders are required to be pre-qualified in 3.04.32 (Perforation Services) category in NipeX Joint Qualification System (N JQS) database. All successfully pre-qualified suppliers in this category by the bid close date will receive Invitation to Technical Tender (ITT).

2.       Note, interested Bidders including their sub-contractor(s) shall be required

a.       Meet all JQS mandatory requirements to be listed as “Pre-Qualified” for a Category in the N.IQS database.

b.       Meet all Nigerian Content requirements stated in this advert in their responses to the Invitation to Technical Tender.

 

 

(Failure to meet the Nigerian Content requirements is a “FATAL FLAW”.)

 

3 .      To determine if you are pre-qualified and view the Product/Service Category you are listed for Open www.nipex.ng.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’.

 

4.       If you are not listed in a Product/ Service Category noted above, and you are registered with DPR to do business for this Category, please contact Nipex office at 30, Oyinkan Abayomi drive, Ikoyi Lagos with your DPR Certificate as evidence for verification and necessary update.

 

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

 

 

Nigerian Content Requirements

  • Demonstrate that the entity is a Nigerian Indigenous Company, or Nigerian Indigenous Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria.
  • Furnish details of company ownership and share holding structure; submit clear photocopies of your CAC Forms CAC 2, CAC 7.
  • Provide evidence of what percentage of your key management positions is held by Nigeria 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-hour responsibilities of all Nigerian companies and personnel that would be involved in executing the work; provide details of Nigerian Content local point or manager
  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshope: attach past experience of such patronage.
  • Specific to this project, provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.
  • Provide human capacity building development plan including budget which must be minimum 10% of project man-hours or cost. Training will be targeted at developing capacity other than bidder’s personnel. Trainees will be nominated from a database maintained by NCDMB and the services of OGTAN registered trainers utilized to cover classroom modules.
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).
  • Provide details of equipment ownership.
  • Location of in-country facilities (equipment, storage, workshops, repair and maintenance facilities and, testing facilities).
  • Bidder 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.
  • Tenderers (Vendors, Original Equipment, Manufacturers-OEMs, and EPC Contractors) are required to present Nigerian Content Equipment Certificate (NCEC) issued by Nigerian Content Development and Monitoring Board (or evidence of application for the certificate) in respect of any components, spares, equipments, systems and packages to be used in the proposed project under tender.

 

Close Date:

Only tenderers who are registered with NJQS Product/Category 3.04.32 (Perforation Services) by 4:00 Hours, October 24th 2012 being the advert close date shall be invited to submit technical bid.

 

 

Please note the following:

  • Suppliers eligible for this tender opportunity arc expected to be prequalified in NJQS under this product/service category.
  • The Invitation to Tender (TIT) and any further progression of this tender shall be via NipeX.
  • Bidders who, for the purpose of this bid process enter into a JV, partnership, consortium, etc with another bidder bidding on this project will be disqualified.
  • All costs incurred in preparing and processing NJQS prequalification shall be to the applicant’s account.
  • This advertisement shall neither be construed as any form of commitment on the part of Star Deep Water Petroleum Limited lo award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from SDWPI and or any of its partners by virtue of such companies having been prequalified in NJQS.
  • The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first. Following a technical review and evaluation, only technically and financially qualified bidders will be requested to submit commercial tenders.
  • SDWPL will communicate only with authorized officers of the pre-qualified companies and NOT through individuals or Agents.

 

Please visit the Nigerian Petroleum Exchange (Nipex) Public Opportunity Portal, www.nipexng.com for copy of this advertisement and any other required information.

 

 

Management

Chevron Nigeria Limited, 2 Cheveron Drive, Lekki Peninsula, P.M.B 12825, Lagos.

 

Request for Expressions of Interest at Science and Technology Education Post-Basic (Step-B) Project

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

National Universities Commission, Abuja, Nigerian Research and Education Network (NgREN) Consultancy Services for Capacity Building for (NgREN) Technical Staff

 

Request for Expressions of Interest

 

Credit No: 4304 – UNI

Project ID No: NUC/Step-B/NgREN/QCBS/1/2012

 

This request for expression of interest follows the General Procurement Notice for this project that appeared in Development Business, issue No. 591 of July 2nd 2007.

 

The Government of the Federal Republic of Nigeria has received a credit from the International Development Association cost of Science and Technology Education Post Basic Project, and it intends to apply part of the proceeds of this credit to payments under the Consultancy Services for Capacity Building for the NgREN Technical Staff.

 

The consulting firm is to coordinate, deliver and manage the proposed NgREN capacity building programme for 150 personnel. The capacity building programme seeks to elicit clear solutions and services to technical requirements, which includes but not limited to:

 

  • Internationally recognized ICT certification for the basic ICT skills.
  • Skills validation and assessment; and
  • Provision of proven Learning portal / management system for the purpose of the project.

 

The Consulting firm will be required to perform the following tasks:

i.        Upon receipt of delegate list and in consultation with the project team form the implementation committee, produce a detailed work plan for the batch training timelines

ii.       Provide instructor-led training to recognizable international certification level in basic ICT application competences

iii.      Provide instructor led training on introduction to concepts of application development

iv.      Provide an electronic based learning management platform that allows authorized persons to access training and knowledge materials, pertinent to the training curriculum that is being executed

v.       Provide a customized environment that caters for training.

vi.      Provide a skills assessment environment to enable participants gauge their level of progress on a self assessment basis in addition to the assessments being done by instructor/s

vii.     Provide automated and simulated test system, examination and also conduct and monitor the certification examination.

viii.    Provide the tools and conduct the relevant certification examination.

ix.      Provide a comprehensive project closure report that captures all elements of the training and recommendation points for future training programs that may benefit NgREN

The NUC STEP-B Project Office now invites eligible consultants to indicate their interest in providing the services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff and other supporting documents etc). Consultants may associate to enhance their qualification.

 

A consulting firm will be selected in accordance with the Quality and Cost Based Selection (QCBS) procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (May 2004), revised on October 1, 2006 and May 1, 2010. Please visit www.worldbank.org .

 

Interested Consultants may obtain further clarifications during office hours (9:00am – 4:00pm, Monday – Friday) at the address below:

 

The Project Manager

NUC STEP-B Project Office,

Virtual Library Building,

National Universities Commission,

26, Aguiyi Ironsi Street, Maitama-Abuja

P.M.B. 237, Garki, GPO, Abuja, Nigeria.

 

Tel.: +234-8027455412, 7054407741, 7039254081 Ext. 2232 or 2233.

Email: nucstepb@gmail.com ;

 

Expressions of Interest must be delivered to the address above on Tuesday, 30th October, 2012 at 12 noon.