Expression of Interest as Ticket Dealership at Pacesetter Transport Services

Pacesetter Transport Services

Old Testing Ground, Eleyele, Ibadan, Oyo State

 

Tel: 02-2912135

Web: www.pacesettertransport.com,

E-mail: info@pacesettertransport.com

 

Expression of Interest as Ticket Dealership

 

1.     Introduction

Pacesetter Transport Services (P.T.S.) formerly Trans City Transport Company (T.C.T.C.) is a provider of mass transit, goods handling and other logistics services. We are the operators of the Oyo State Mass Transit Bus (Ajumose Shuttle). Due to the expansion in our Intracity operations, application is hereby requested from interested and reputable organizations to partner with PTS in the operational activities of the under listed routes

 

  • Gate-Sango-L.I
  • Oje – Agugu – Oremeji
  • Gate-Orita Aperin-Asolo-Amuloko
  • Iwo Road – Gate – Agbeni Ogunpa – Dugbe
  • Beere-Orita Merin – Opole Osa-Inalende – Roundabout – Ojoo
  • Challenge – Podo – Odo Ona.

 

 

2.     Scope of Work

The work involves selling P.T.S. mass transit bus (Ajumose Shuttle) tickets in the above designated routes.

 

3.     Eligibility Requirements

Interested contractors are to provide the following as minimum requirements:

  1. Evidence of Incorporation of Company
  2. Tax clearance
  3. Evidence of payment of pre-qualification fee.
  4. Completed Pre-qualification Evaluation Form.
  5. Existing Ticket Dealers can also apply

 

4.    Pre-Qualification Evaluation Form

Interested Contractors are requested to visit www.pacesettertransport.com to down load a pre-qualification evaluation form and pay a non-refundable processing fee of N50, 000.00 at the Finance Department of P.T.S. where an official receipt would be issued.

 

5.     Submission of Document

Completed document, which must be enclosed in a sealed envelope with title Ticket Dealership” on the top-left hand corner and addressed to the Head, Strategy, Business Development and Corporate Affairs, should be submitted on or before Tuesday 23rd of July, 2013. For further information, please call Ola on 02-2912135

 

Interview to take place on Wednesday 24th July, 2013

Training seminar for shortlisted Dealers to hold on Wednesday 31st July, 2013

 

Contractors are to note that this invitation does not place any commitment on P.T.S. Only qualified organization will be contacted.

 

Signed:

Management

Tender Opportunity: Provision of 2014 Dollar Operational Insurance/TPL for Okpai Power Plant at Nigerian Agip Oil Company Limited

Nigerian Agip Oil Company Limited (RC2974)

Operator of the NNPC/NAOC/Phillips Oil Joint Venture

 

Tender Opportunity: Provision of 2014 Dollar Operational Insurance/TPL for Okpai Power Plant

 

1.   Introduction

Nigerian Agip Exploration Limited is seeking qualified Insurers for the provision of operational insurance cover for its properties and third party liabilities.

 

2.       Scope of Work

Insurances required include the following:   Operational Insurance and General Third Party Liability Insurance policies

 

For the Operational and General Third Party Liability policy (limit S$25,000,000), the Insurer shall retain a percentage of the risk in Nigeria and re-insure the remainder of the risk with leading international underwriters. The insurer shall justify by verifiable proof of evidence with the National Insurance Commission (NAICOM) approval that all in-country capacity for the risk have been utilized before it can re-insure the excess capacity with leading international underwriters. The Insurer will liaise with the appointed Reinsurance Broker for the purpose of reinsurance with foreign Underwriters with minimum of A rating by an international rating agency. The Insurer will also handle claim services, policy documentation, renewals, endorsement etc.

 

 

3.   Mandatory Requirements

1.       To be eligible for this tender exercise, interested bidders are required to be pre – qualified in the 3.14.32 (Non-Life insurance services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category by the bid close date 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 but 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 NJQS pre-qualification process, access www.nipexng.com  to download 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.       Nigerian Content

Bidders are invited to express complete understanding, willingness and commitment to comply with the Nigerian Oil and Gas Industry content Development (NOGICD) Act, 2010 and. Insurance ACT 2003 consequently, bidders’ submissions shall be evaluated strictly with the minimum evaluation criteria defined in the NOGICD Insurance Act.

 

The documentation for evaluation shall include but not be limited to the following;

  1. Demonstrate compliance NOGICD ACT 2010 (available at www.nnpcgroup.com  and www.nigcontent.com ) and Insurance ACT 2003;
  2. Demonstrate that entity is a Nigerian registered company as defined in the NOGICD Act 2010 or Nigerian registered company as the contracting entity in genuine alliance or joint venture with foreign company. Such companies must show details of scope and responsibilities of parties for the work with evidence of binding Memorandum of Agreement (MOA) duly signed by the CEO of both companies.;
  3. Provide   details   of   company   ownership   and   shareholding structure with clear photocopies of CAC forms C02 and C07;
  4. Provide   clear   photocopy   of   current   NAICOM   registration certificate;
  5. Provide evidence of bidders’ detailed binding agreement with any competent Re-insurance company;
  6. Provide detailed description of all scope of service Insurers will accomplish   using   Nigerian   Resources (Labour, Material & Services)
  7. Provide current and in-place organization structure with detail experience and skills of key management personnel with names.
  8. Provide evidence (personnel list and positions with organization chart to substantiate) of percentage of management that are Nigerian nationals and the percentage of the total workforce that are Nigerians. Also show overall percentage of work to be performed in Nigeria by Nigerian resources;
  9. Preparation of Nigerian Content Plan showing details of utilization of Nigerian labour materials and services with roles, workscopes, man-hour and responsibilities of all Nigerian companies and personnel that would execute the work;
  10. Detail past experience / present commitment to staff training and development of Nigerian Personnel. Furnish details of training plans for Nigerians specific to this scope of work.
  11. State any further innovative proposals that would enhance the Nigerian Content for the service.

 

 

NOTE: Non-compliance with Nigerian content requirements is a FATAL FLAW

 

 

5.       Closing Date

Only tenderers who are registered with NJQS in the Non-life Insurance Service Category 3.14.32 Product Category as at 7th August, 2013 by 4:00pm being the advert closing date shall be invited to submit Technical Bids.

 

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

 

This advertisement of Tender Opportunity’ shall not be construed as a commitment on part of NAOC, nor shall it entitle Applicants to make any claims whatsoever and/or seek any indemnity from NAOC and/or any of its Partners by virtue of such Applicants having responded to this Advert.

 

Signed:

Management

Disposal of Niger State Landed Property at Ministry of Lands and Housing, Niger State

Niger State Government

Ministry of Lands and Housing,

Minna

 

Disposal of Niger State Landed Property

 

1.0   Preamble

Niger State Government in its effort to increases access towards housing is desirous of disposing 42 Nos. three (3) Bedroom detached Bungalows at Shehu Ahmadu Musa Housing Estate, Murtala Nyako Road, Bosso Low-cost, Minna.

 

The entire Estate has been fenced along its boundary lines mounted with 2 No ingress and egress double leaf steel vehicular gates and security post provided with external infrastructure facilities.

 

1.20   Terms and Conditions of the Bid

The prospective bidders are advised to strictly abide by the under listed terms and conditions:-

  1. Each property should be bided for independently,
  2. The party that wishes to bid must be identifiable,
  3. The successful bidders must process C. of O. in respect of the property at the Ministry of Lands and Housing bearing all costs involved,
  4. Bid package should involve include the following:-
  5. Completed bid application form with all necessary details,
  6. Bank draft in favour of Niger State Housing Corporation in the sum of N20, 000 as Non refundable processing fee.
  7. Bank draft in favour of Niger State Housing Corporation for 10% of the bid price as bid security. This is refundable for unsuccessful bids,
  8.  Written evidence that clearly state mode of payment for the outstanding balance of 90% from the bid price earlier mentioned.

 

1.30   Inspection of Property

The Estate is open to inspection for prospective bidders in liaison with a staff of Niger State Housing Corporation, Minna from 10:00 am to 2:00 pm daily from 17th July, 2013.

 

1.40   Submission of Bid Documents

All bids must be enclosed in a well sealed envelope clearly mark at the left hand corner as “BID FOR THE PURCHASE OF A PROPERTY AT NO ………… SHEHU AHMADU MUSA HOUSING ESTATE addressed to THE GENERAL MANAGER, Niger State Housing Corporation, Paiko Road, P.M.B 105, Minna

 

1.50 Deadline for Submission

All bids must be submitted on or before 10:00am 19th August, 2013. Bid will be opened same day at 1:00pm at NIGIS Conference Hall, Ministry of Lands and Housing, Minna, Niger State.

 

 

1.60   Disqualification of Bids

Any bid that is not in conformity with bidding procedure earlier listed above will be disqualified on the day the bid is opened. However any bid which is not submitted on or before the deadlines will be automatically disqualified and will be stepped down. Application forms and copies of relevant documents of disqualified bids should be collected at the office of:-

 

The General Manager, Niger State Housing Corporation,

Paiko Road, P.M.B 105, Minna

 

1.70   Payments

i.        Non-refundable processing fee of N20, 000.00

ii.       10% of the bid purchase sum of the property as Bid security. This is to be attached to the bid documents.

iii.      Mode of payment for the balance of 90% of the bid price of the property bided for shall be clearly stated.

 

 

1.80   Options of Payment

i.        Direct Purchase: Balance of 90% shall be paid within 3 months from the date bid is opened, successful and offer letter issued.

iii.      Mortgage: This will be processed by Niger State Housing Corporation on behalf of the beneficiaries.

 

The bid application forms are available at the office of the General Manager, Niger State Housing Corporation and Director Estate, Niger State Housing Corporation, Paiko Road, P.M.B 105, Minna.

 

Signed:

Management

Niger State Housing Corporation

Invitation to Pre-Qualification and Tender at Niger State College of Education

Niger State College of Education

P.M.B. 39, Minna, Niger State

COEM/ADM/G/729/1

 

Invitation to Pre-Qualification and Tender

 

1.0     Introductions

 

The Niger State College of Education, Minna is desirous of executing the under listed projects under the year 2013 BOT-Special Tertiary Education Trust Fund Intervention and invites bids for pre-qualification and Tender.

 

2.0   Projects

 

1.       Procurement and installation of Furniture for offices for Centre for Educational Technology

2.       Supply and installation of Furniture for Offices in 500 capacity Lecture theatre

3.       Procurement and Installation of Office Equipment for 1000 capacity Lecture seaters

4.       Procurement and installation of Equipment for Chemistry Department

 

3.0.    Tender Pre-qualification Requirements

 

Interested and competent companies with reputable experience for timely delivery of the above items are required to submit their pre qualification bids containing the under listed documents/ information’s in clearly marked envelopes to the office of the Registrar on or before 31st July 2013.

 

a.       Evidence of payment of Non-refundable fee of N50, 000 for each of the above listed projects to the Bursary Department, College of Education Minna.

b.       Evidence of registration in the appropriate categories with the college of Education, Minna. a.

c.       Evidence of registration in the appropriate categories with Niger State Public

Procurement Board.

d.       Evidence of registration with Corporate Affairs Commission (CAC)

e.       Copies of tax clearance certificate for the last three years

f.       Evidence of VAT registration certificate

g.       Evidence of financial capability through letter of references from reputable banks.

h.       Verifiable evidence of at least five similar projects handle in the past, including letters of awards, agreements and certificates.

i.        Company interested in more than one projects (s) are to apply separately for each project.

j.        Evidence of PENCOM compliance

 

4.0     Tender documents should be collected from the office of the TET Fund Desk Officer of the College on presentation to him or any other designated officer, the original Bursary receipt for payment of non-refundable deposit on N50, 000 mentioned in 3(a) above.

 

5.0     All completed tenders should be in sealed envelope and marked at the top with the title of the project and addressed to the Provost Niger State College of Education Minna and deposited in the Tender Collection Box in the Office of the Registrar on or before 12:00 Noon on the closing date.

 

6.0     Tenders shall be opened on 31st July 2013 at Board Room by 12:00 Noon.

 

Prof. Faruk R. Haruna

Provost

 

Invitation for Tender at Federal Government College, Idoani Ondo State

Federal Ministry of Education

New Federal Secretariat Complex

Shehu Shagari Way, Abuja.

 

Federal Government College, Idoani Ondo State

 

Invitation for Tender

 

Applications are hereby invited for the following capital projects 2013 at FGC Idoani, Ondo State.

 

Scope of Works

  1. Construction of 2 blocks of six (6) classrooms each
  2. Construction new dining hall/kitchen
  3. Construction of a befitting gate and gate house
  4. Construction of new girls’ hostel with borehole and overhead tank
  5. Construction of new boys’ hostel with borehole and overhead tank
  6. Purchase of thirty (30) new computers with HP Printer
  7. Construction of drainage pattern to arrest erosion for the four existing hostels
  8. Construction 5,500m Asphalt Road with street light.
  9. Purchase of kitchen and dining equipment e.g. Modern cooking pots, water stabilizer, steel pots, plates etc.

 

Tender Equipments

  1.  Professional and Technical qualifications to carry out particular procurement.
  2. Financial capability
  3. Have technical capability/ Equipment or other relevant infrastructure.
  4. Adequate personnel to undertake the assignment.
  5. Legal capacity to enter into contract.
  6. Having no criminal records either directly or indirectly.
  7. Maximum biding is two per company.

 

Submission of Tenders

In accordance with the Act establishing the Bureau for Public Enterprises (BPE) as amended in 2007, the College hereby desires the services of competent consultants in construction work for this FISCAL YEAR.

 

A comprehensive company profile should be submitted in a sealed envelope marked “INTENTION FOR CONSULTANCY” and addressed to:

The Secretary

TENDER BOARD,

F.G.C. IDOANI,

ONDO STATE

 

Time: Between 10:00am to 2:30pm daily (Monday to Friday).

 

Closing date: (31st July, 2013)

 

Note that on submission, a non-refundable Bank draft of twenty-thousand naira (20,000) should accompany each tender address to the Principal, FGC, Idoani.

 

SIGNED:

Secretary; tender board, FGC, Idoani