Execution of Basic Education Special Projects at Ebonyi State Universal Basic Education Board

Ebonyi State Universal Basic Education Board

P.M.B 052 Abakaliki

Tel/Fax: 043-220560, 220913

2010 Special School Projects:

Invitation for Tender for the Execution of Basic Education Special Projects in Ebonyi State Special Schools

Preamble:

Ebonyi State Universal Basic Education Board hereby invites sealed bids from reputable and qualified contractors, Suppliers and consultants/trainers for the execution of basic education special projects for the year 2010.

 

The projects include construction of classroom block, library hall, procurement of furniture, instructional materials and capacity building of teachers of Ebonyi State special schools as outlined hereunder:

 

  1. A. Location of Projects:

Dr. Uche Azikiwe Spcial School,

Okposi, Ohaozara local Government Area, Ebonyi State

  1. B. Scope of work:

Lot 1: Infrastructural Development

  1. Construction of 1 no block of 3-classrooms with headmaster’s office, toilet facilities and an entry ramp for wheel chairs
  2. Construction of 1 no Library Hall of one standard  classroom size with a chairman’s office and toilet facilities.

Lot 2: Procurement of Equipment & Furniture

  1. Procurement and supply of 5 numbers of 4×1 reading tables with 4-chairs each
  2. Procurement and supply of 2 no steel cabinet (New cline)  with 4-drawers.
  3. Procurement and supply of librarian’s padded table with 4-drawers and 3-padded chairs.
  4. Procurement of matron’s padded table with 4-drawers and 3 chairs
  5. Procurement and supply of 100 nos of 2-seater desks for pupils

Lot 3: Procurement of Instructional Materials

  1. Procurement and supply of 10 nos.-wall maps of Nigeria, Africa and the world-(60 x 92 cm)
  2. Procurement of 10 nos-World Globe (30cm diameters)
  3. Procurement of 150 no. Braille slate  with writing frame (A4 size)
  4. Procurement and supply of 50 no. stylus will stainless steel tip.

 

Lot 4: Capacity Building of Teachers:

Successful bidders shall undertake a 2-day capacity building workshop for 200 classroom teachers and JSS teachers on their roles in classroom implementation of inclusive education in Ebonyi State basic education subsector.

  1. C. Important Notice/Information

Tenderers are hereby informed that all pre-qualification requirements, which are officially relevant and accepted as tender documents in all past and on-going Ebonyi SUBEB/UBEC intervention projects apply in these special education projects and programmes herein ear-marked for execution in Eboyi State.

 

  1. D. Submission of Tender Documents

All tender documents must be enclosed in a sealed envelope, and marked “2010 Special Education Projects” such documents should be addressed to the Executive Chairman, Ebonyi State University Basic Education Board, Abakaliki,   and must reach the office of Head of Department, Physical Planning, works and Maintenance, Ebonyi SUBEB Headquarters not later than 30th June, 2011

 

Signed

Management

Tender Opportunity for Provision of Biostratigraphic Services at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum Development (Nigeria) Limited (RC No. 333615)

TB-2947 Advert for Tender Opportunity for Provision of Biostratigraphic Services in OML-123/124

 

 

1. Introduction:

Addax Petroleum Development (Nigeria) Limited (hereinafter referred to as “APD(N)L”) invites interested and pre-qualified Contractors to respond to this advertisement opportunity for the Provision of Bioslratigraphic Studies at APD(N)L’s OML-123/124 facility, as detailed in item 2 below. The contract is proposed to commence in 2012 and continue for a duration of two (2) years with an option to extend the duration for a further period of one (1) year.

 

 

2. Scope of Services:

This Scope of Services covers the provision of personnel, equipment, services and consumables associated with quality high-resolution Biostratigraphic analyses to be utilized on a periodic call-off basis.

 

 

As a minimum requirement, the selected Contractors shall have the necessary experience, equipment and capability to provide timely, quality biostratigraphic analyses of multiple fossil groups for interpretation to include biozonation, local correlations and depositions environment for petroleum geological stratigraphic studies. Contractor shall provide associated sedimentology description and sample preparation and processing needed to perform the work. Capabilities shall include routine, hot-shot and well-site services.

 

 

3. Mandatory Requirements:

3.1.    To be eligible for this tender exercise, interested Tenderers are required to be pre-qualified in the Geological Evaluation Services (Organic Geochemistry, Petrology, Diagenesis, Biostratigraphy, Fluid Characterisation, Core Analysis, Flooding) 3.12.09 (Product/Services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified Contractors in this category will receive Invitation to Tender.

 

3.2     To determine if you are pre-qualified and view the services category you are listed for: You may visit NipeX NJQS Website at www.nipexng.com and access NJQS with your log in details, click on ‘continue Joint Qualification Scheme tool, dick on ‘check my supplier status’ and thereafter click on: supplier product group.

 

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

 

3.4     To initiate the JQS Pre-qualification process, you may access www.nipexng.com to download the requisite application form, make necessary payments and contact NipeX office for further action.

 

 

3.5.    in addition, Tenderers shall also be required to comply with the Nigerian Content requirements in the NipeX system.

 

 

4. Nigerian Content Requirements:

Tenderers are to note that they will be requested during the technical tender to provide details of their relevant strategy to ensure that they fully company with the Nigerian Oil & Gas Industry Content Act, 2010 as provided at www.nnpcgroup.com and www.nigcontent.com, in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

 

 

In light of the above, Tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:

  • Demonstrate that the entity proposed for execution of the service, is a Nigerian Registered Company, or Nigerian Registered 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. With photocopies of its CAC Forms C02 andC07
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work.
  • 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 workshop.
  • 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 evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).
  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair maintenance and testing facilities
  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.
  • Provide details on any other Nigerian Content initiative the company is involved in.

 

 

5. Closing Date

Only Tenderers who are registered with NJQS Product Group 3.12.09 Geological Evaluation Service (Organic Geochemistry, Petrology, Diagenesis, Biostratigraphy, Fluid Characterisation, Core Analyst, Flooding) as at 14th July, 2011 being the advert closing time/date shall be invited to submit Technical Bids.

 

 

6. General Conditions

  • Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert:
  • As stated in item 3 hereto, Contractors are required to be pre-qualified in NJQS under this specific Services category to be eligible to participate in this tender opportunity.
  • All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Contractors own account.
  • This Advert shall neither be construed as any form of commitment on the part of APD(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever, and/or seek any indemnity from APD(N)L and/or any of its partners by virtue of such Contractors having been pre-qualified in NJQS.
  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified Contractors to submit their documentation in the following manner:-

i.            Pre-Qualified contractors in the relevant Services category in NJQS will be requested to submit their Technical Tenders,
ii.            Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested to submit their Commercial Tenders.
iii.            APD(N)L will communicate only with authorised officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will NOT communicate through individuals or appointed Agents

 

 

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

 

Invitation for Prequalification of Partners for Supply of Ago (Diesel) Nationwide at Enegas Power Limited

Enegas Power Limited

“Members of Subshara Group”

Invitation for Prequalification of Partners for Supply of Ago (Diesel) Nationwide

 

SUBSAHARA GROUP, through its subsidiary ENEGAS POWER LIMITED, hereby invites interested companies to make submissions for prequalification as Partners for the supply of AGO (Diesel) to telecommunications cell sites and other locations nationwide,

 

 

Requirements

Interested companies must have previous experience feeding AGO (diesel) just-in-time to generators in clusters and/or over wide dispersal of locations nationwide. Prospective partners are required to submit 2(two) copies of completed RFI forms along with the following documents for evaluation for prequalification.

  1. Certificate of Incorporation/ Registration
  2. Tax Clearance Certificate
  3. VAT Registration Certificate
  4. Company profile including company organization chart, personnel information etc
  5. Insurance policies (workmen compensation, public liability, GIT, etc)
  6. Evidence of financial strength and stability
  7. Evidence of capacity to deliver, including vehicles and previous work done
  8. Statement of coverage areas of strength/Preference –geo-political Zone, State or local Government areas

 

Interested companies must complete the relevant forms and submit along  with the listed documents, on or before 8th July, 2011 to:

The Head, Outsourcing Group

ENEGAS POWER LIMITED

(SubSahara Group)

18A Gerrard Road

Ikoyi, Lagos

 

Enquiries: info@subsaharagroup.com / 01 463 7405 –

Invitation for Pre-Qualification: Outsourcing the Management and Disposal of Scrap Assets, Mainly Fairly Used Generators at Etisalat Nigeria

Emerking Markets Telecommunication Services (EMTS)

Invitation to Tender

Invitation for Pre-Qualification: Outsourcing the Management and Disposal of Scrap Assets, Mainly Fairly Used Generators, in Etisalat Nigeria

Introduction and Project Outline:

Emerging Markets Telecommunication Services (EMTS) trading as Etisalat is a Pigerian company licensed by the Nigeria Communication Commission under the Unified Access License Scheme to provide among other things digital mobile cellular telephony and data services in Nigeria. The company hereby invites all qualified bidders to submit pre-qualification documents for the management and disposal of scrap assets, mainly fairly used generators.

 

 

Description of work/Service:

The work to be performed generally consists of all works necessary and incidental to:

  1. Maintaining a data base of oil scrap assets and materials in a format agreed with Etisalat Nigeria
  2. Producing required report/documentation as agreed by Etisalat Nigeria
  3. Providing transportation of the generators/scrap materials from Etisalat Nigerio sites/premises as required,
  4. Providing safe storage of the generators/scrap materials outside of Etisalat Nigeria premises as required.
  5. Dispose of all identified generators/scrap materials written off and approved for disposal to interested third parties.
  6. Remitting an amount forming on agreed percentage of the original cost of the generators/scrap materials to Etisalat Nigeria prior to disposal.
  7. Ownership of generators/scrap materials transfer to contractor upon payment of agreed amount.
  8. Contractors are accountable for all generators/scrap materials in their custody.
  9. i. Contractors ensure disposal activities are in accordance with all applicable laws and Etisalat’s ethical and HSE standards. The contract is being projected to be for a period of three years. With on annual volume of  thousand (1000) units of generators based on current estimates and still growing

Pre-Qualification:

To qualify for consideration, contractors’ notice of intent shall be accompanied by the following information:

 

 

1. Business Registration/Statutory Documents

  1. Certificate of Incorporation
  2. Vat Certificate
  3. Tax Clearance Certificate for the last three years.
  4. Audited account in the last three years.
  5. Memorandum and Article of Association.
  6. 6. Confirmation of willingness and ability to make a non-refundable deposit of N1, 000, 000. 00

 

2. Contract Execution

  1. Brief statement on how contract will be executed,
  2. Staff strength
  3. 3Geographical Spread of your company operations
  4. Size of Clientele and profile of major clients,
  5. Evidence of providing similar services in the last three years.

Note:

(1) Three copies of the applications and Pre-qualification Documentation  must be submitted at Tender Box A at the Procurement Department,  not later than 31st July, 2011.

(2) Applications and pre-qualification documentation packages should be submmited not later than 3.00 pm Nigerian time on: Sunday 31st July, 2011.

 

Submission of Pre-Qualification Documents:

All Pre-qualification documents shall be sealed and marked

“Request for Proposal: Outsourcing the Management and Disposal of Scrap Assets, Mainly Fairly Used Generators” and addressed to:

 

Tender Box A

Ground Floor, (Wing A),

Plot 19 Zone L Foreshore Estate Federal

Government Layout Banana island

Ikoyi Lagos,

Nigeria.

 

General Guidelines:

  1. Only pre-qualified companies will be invited to progress with the technical tender.
  2. This advertisement of “Invitation to Pre-qualify” shall not be construed to be a commitment on the part of Etisalat Nigeria to award any form of contract to your company and/or associated companies, sub-contractors or agents, nor shall it entitle any company submitting documents to claim any indemnity from Etisalat Nigeria and/or any of its partners.
  3. Etisalat Nigeria reserves the right to take the final decision on any of the documents received in your pre-qualification package.
  4. Etisalat Nigeria will deal only with authorized officers of the companies submitting documents and NOT through individuals or agents.

 

The marked and sealed documents can be physically submitted to Etisalat Nigeria at the above address and to be received not later than the date and time specified in the Pre-qualification Information Package. Incorrectly addressed or labeled submissions and those after the specified date and time shall be disregarded.

 

In all correspondence, please quote the contract reference and title shown above.

Invitation to Bid at Bureau of Public Service Reforms (BPSR)


Bureau of Public Service Reforms (BPSR)

The Presidency

 

Pre-Retirement Training Programme for Staff of Federal Parastatals

 

Invitation to bid

 

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. The essence of the training is to help participants adequately adjust to a new life in retirement, have a 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 hereby inviting experienced Training Consultants to submit bid proposals for participation in the Pre-Retirement Training Programme.

The core competencies required of Consultants (to be engaged) are in the following areas:

a)       Perspective on Retirement

b)      Personal Financial Planning and Book-keeping

c)       Relationship Management and Networking

d)      Personal Effectiveness

e)       Principles of Entrepreneurship

f)       Post Retirement Interest Mapping and Specialized Vocational Activity Training

g)       Computer Appreciation / Information and Communication Technology

h)      Pension Management under the New Pension Reform Act

i)       Business Registration and Cooperative Society Formation

j)       Research Methodology and Report Writing

k)      Establishment & Management of Small Scale Businesses

i)       Health and Wellness Management.

 

Bid Requirement

In order to qualify for consideration, eligible Management Consultants will be required to submit the following.

i)       Full details of the company’s profile

ii).       Name, e-mail address and telephone number(s) of contact person for the

programme

iii).    Certificate of Registration with the Corporate Affairs Commission

iv).    Three years Tax Clearance Certificate (2008, 2009 & 2010)

v).     Evidence of Two to Five years of professional practice

vi).    Evidence of similar job(s) executed in the past

vii).   Evidence of Financial capacity from a reputable bank

viii). Organizational structure, available manpower with at list of technical staff with their  resumes

ix)     Evidence of membership of professional Training  Association(s) or Human Resource Management Organization(s), and/or Certification by the Centre from Management  Development (CMD)

x)      Evidence of compliance  with the provisions of the  Pension Reform Act, 2004

xi)     Brueau of  Public Service Reforms.

 

Failure to submit any of the above-listed documents may lead to the disqualification of the bidder.

 

Selection Criteria

Consultants 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 document containing PowerPoint presentation on the areas of core competencies, not exceeding twenty (20) Slides; and financial proposal in separate envelops clearly marked “Technical” and “Financial Bid” respectively and addressed to: .

The Permanent Secretary, Bureau of Public Service Reforms,

Phase IV, Block D, 3rd Floor, Federal Secretariat Complex,

Shehu Shagari Way, Abuja.

Abuja.

 

“Pre-retirement Training Programme” should be clearly indicated at the top left hand corner of envelops. The bid should be dropped in the Tender Box in the Procurement Unit (Room 315) of the Bureau. Bidder’s names and address should be indicated on the reverse side of the envelope.

 

Closing Date

All submissions must reach the address above  on or before 21st July, 2011 by 12.00noon.Submitted Technical bids will be opened at 2.00pm at the Chida International Hotel, Utako on the same day. Thereafter, only successful prequalified Consultants shall be invited for the opening of the financial bids.

 

Signed

Permanent Secretary, BPSR