Request for Expression of Interest for the Design of Strategic Communication Plan at Nigerian Electricity Regulatory Commission (NERC)

Nigerian Electricity Regulatory Commission (NERC)

Request for Expression of Interest for the Design of Strategic Communication Plan for NERC

 

Background

The Nigerian Electricity Regulatory Commission (NERC) is poised to commence serious corporate branding pursuant to its statutory mandate, and also in line with the on-going electricity privatization programme and the presidential Roadmap on electricity. In view of this, the Commission seeks to invite the services of a reputable consultant to:

1.       Conduct a communication audit to evaluate both internal and external communication capabilities and;

2.       Design a strategic communication plan for the Commission.

 

A more detailed Terms of Reference (TOR) shall be provided alongside the Request for Proposal (RFP) that will be sent to shortlisted firms for the assignment.

 

Eligibility Criteria

NERC now invites eligible consultant, to indicate interest in providing the above services in accordance with the Public Procurement Act, 2007 (Consultant’s Qualification Selection, section). Interested consultants must  provide detailed information showing their ability to perform the services requested.

 

The consultant should also meet the following criteria:

(i)      Eligible consultants must be formally qualified in mass communication/ public relations/ advertising/ communication analysis & planning/marketing;

 

(ii)     The consultant or lead consultant must have a minimum of 10years work experience;

 

(iii)    The consultant must have experience in conducting communications needs analysis and strategic design, as well as in managing communication campaigns;

 

(iv)    The consultant should have carried out at least three (3) similar services of the same nature and scale as above during the past five years (2005-2010)

(v)     The consultant should provide a detailed work plan and methodology to be deployed for this assignment

 

(vi)    Evidence of the following must be provided:

 

  • Registration with Corporate Affairs Commission
  • Current Tax Clearance Certificate and VAT Registration
  • Evidence of remittance of staff pension deductions in line with the Pension Reform Act 2004.
  • Audited Accounts for the preceding 3 years (2008 2010)
  • Detailed company profile, including evidence of technical competence, curriculum vitae of professional staff proposed for the projects, academic and professional certification.

 

Submission of Documents

The expression of interest should be submitted in a sealed envelope clearly marked “EOI for Design of Strategic Communication Plan for NERC” with the relevant information and must be delivered to the address below on or before 12noon on 17th March, 2011.

 

The Chairman,

Nigerian Electricity Regulatory Commission,

Adamawa Plaza, Plot 1099, First Avenue Central Business District, Abuja.

 

All enquiries should be directed to:

 

Head, Procurement Unit,

Nigerian Electricity Regulatory Commission,

1st Floor, Adamawa Plaza, Plot 1099 First Avenue

Central Business District Abuja.

Tel: 08086312121

 

Tender for the Engineering, Procurement, Fabrication, Testing and Load out of Subsea Jumpers at TOTAL E & P NIGERIA LIMITED

 

TOTAL  E & P NIGERIA LIMITED

Operator of the NNPC/TEPNG Joint Venture RC 2979

 

TENDER OPPORTUNITY FOR OML 138:

USAN FIELD DEVELOPMENT ENGINEERING, PROCUREMENT, FABRICATION AND LOAD OUT OF SUBSEA JUMPERS

 

Introduction

Total E&P Nigeria Limited (TEPNG), operator of the OML 138; requires the services of a suitably qualified and experienced contractor to provide requisite expertise, experienced, skilled manpower and technology to apply to be considered for inclusion In the bidders list for the tender for the Engineering, Procurement, Fabrication, Testing and Load Out of Subsea Jumpers for USAN field development, OML 138. The contract that will result from this tender will be for the Engineering, Procurement, Fabrication, Testing and Load out of Subsea water and gas injection Jumpers which will be required to be brought into operation after USAN First Oil has been achieved.

 

Brief description of the work scope:

The successful Contractor shall provide the required personnel and equipment to perform the Engineering, Procurement, Fabrication, Testing and Load Out of fourteen (14) carbon steel water and gad injection jumpers for the USAN field development.

 

The Scope of Work comprises:

–         Mobilisation of equipment and key personnel,

–         Design, engineering and production of jumper working drawings,

–         Procurement of floatability Module,

–         Preparation of generic pipes and spool pieces

–         Coating of tubes and elbows,

–         Dimensional fabrication drawings and assembly set-up, following Subsea metrology (Subsea metrology data shall be provided by TEPNG).

–         Fabrication, assembly and welding (including field welds) of the jumpers,

–         Testing (NDT and hydrotest) and Load out of jumpers,

–         Other related services to TEPNG,

–         Planning and reporting,

–         Documentation (As-built documentation etc.),

 

The element listed above shall include but are not limited to the following activities: Project Management, Project Control, Administration/Accounting and Reporting, Project Coordination and Engineering (Workshop drawings, QA/QC Dossier etc.), and any similar activity as required. Transportation, Storage and Management of TEPNG provided items. Provision of facilities (workshop etc) and all necessary equipment, Procurement of items, including but not limited to paint, insulation, joint coating, floatability module and welding consumables, Development of procedures, Loadout and sea fastening of the fabricated jumpers, Installation of TEPNG provided Equipment, Transportation of TEPNG supplied materials, equipment, tools and other items as may be required to /from other sites from airports, sea ports etc, delivery of the final documentation and close out report.

 

3.    Mandatory Requirements

–         To be eligible for this tender exercise, Interested contractors are required to be pre-qualified in the Subsea Construction Services (3.05.10) and Subses Systems (4.02.03) Product/Services suppliers category in NipeX Joint Qualification System (N JQS) Database. All successfully pre-qualified suppliers in this category will receive invitation to Technical Tender (ITT).

 

–         To determine if you are pre-qualified and view the product /services category listed for; open www.nipexng.com and access NJOS with your long-in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

 

–         If you are not listed In this product/service category and you are registered with Directorate of Petroleum Resources (DPR Permit) to carry out business in the Nigerian Oil and Gas industry, contact the NipeX Administrative Office at 30 Oyinkan Abayoml Street, Ikoyi, Lagos, with your (DPR) as evidence for necessary update.

 

–         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.

 

–         To be eligible all Tenderers must comply with the requirements of the Nigerian Oil and Gas Industry Content Development Act. 2010 Non compliance shall result in dis-qualification from bidding for this opportunity.

4.     Closing Date

Only Tenderers who are registered in with NJQS product and services Subsea Construction Services (3.05.10) Product Group Subsea System (4.02.03) as at 21st Monday March 2011 being the advert close date shall be Invited to submit Technical Bids.

5.     Nigerian Content

TEPNG is committed to the promotion of the Nigerian Oil and gas business in alignment with the Nigerian Content Development. It is important that prospective bidders familiarize themselves and comply with the provisions of the Nigerian Oil & Gas industry Content Development Act otherwise referred to as. The Nigeria Content Act at the stage of bidding. 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 of the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (The Board) Prospective bidders shall comply with all the provisions of the Nigerian Content Act that relate to this contract but in particular comply with the minimum Nigerian Content Percentage for the scopes (engineering, procurement,construction & Installation) which are covered In the Schedule of the Act and any other requirement that may arise from time to time not explicitly stated in this contract but which apply to the contract in fulfilment of the Nigerian Content Act, during the bidding stage. Contractors that demonstrate their commitment to meet or exceed the Nigerian Content Act requirements shall be a ground for preferential consideration in the technical and commercial bid evaluation. Failure to fully comply with the Nigerian Content Act or demonstrate commitment to Nigerian Content Development Policy of the Nigerian government shall result to disqualification from bidding this contract. During the bidding stage, contractors shall:

 

i.        Develop a Nigerian Content Plan (NCP), which shall explain the methodology of how it Intends to comply with the requirements of the Act and how to achieve the set target(s) in the Schedule of Nigerian Oil & Gas Industry Content Development Act and any targets set by The Board. How it intends to give first consideration to services provided from within Nigeria, first consideration to goods manufactured in Nigeria and first considerations for employment and training of Nigerians in work programme. The NCP shall consistent with the Act demonstrate that Nigerian indigenous service companies have been given exclusive considerations to bid and execute work in land and swamp operating areas and their full utilization and engagement in exploration, seismic data processing, engineering design, reservoir studies, manufacturing, fabrication and provision of services. That the project or contract has given full and effective support to technology transfer by encouraging foreign and multinational companies to develop joint ventures and alliances with Nigerian service companies and suppliers. Tenderer’s detailed plan to achieve/sustain the minimum percentage Nigerian Content level as prescribed by the applicable measurement metrics in the Schedule of the Nigerian Content Act 2010.

 

ii.       Demonstrate that entity is a Nigerian-registered company. Submit certified true copies of CAC forms 10, 02 & 07 (or its equivalent CAC 2.3, 24,2 5, etc) including company memorandum & article of association and other evidence of entity’s Incorporation, shareholding & ownership structure in Nigeria. Maximizing Nigerian Content is

Construction of Projects at Council of Legal Education

Council of Legal Education

Nigeria Law School,

Yenagoa Campus

Public Notice

 

Education Trust Fund (ETF) Special Intervention Projects

 

The Council of Legal Education, Nigerian Law School, Yenagoa Campus intends to engage in the following projects:

 

Lot I: Construction of Main Auditorium

Lot II: Construction of Lecture/Administrative Block

 

Interested reputable Building Constructors with relevant cognate experience and good track record of performance are hereby invited to submit pre-qualification and Commercial Bid Documents. The pre-qualification Bid Documents should include the following;

 

  1. Profile of Company
  2. List of key personnel and their respective resume
  3. Copy of certificate of Incorporation/Evidence of Registration with Corporate Affairs Commission
  4. Evidence of  financial Capacity – reference from a reputable bank indicating credit worthiness and readiness to obtain financial cover/ liability.
  5. Evidence of fulfillment of all obligations to pay taxes, pension and social security contributions.
  6. Verifiable experience in works of similar nature and scope with evidence of award and actual completion of projects.
  7. Tax Clearance Certificate for the immediate past 3 years.
  8. VAT Certificate.
  9. A Sworn Affidavit disclosing (1) whether or not officer of the relevant committees of the Bureau and Public Procurement or of the Council of Legal Education or he Nigerian Law School  is a former or present in the bidder or bid. (2) No information in the bid is correct in all respects to the best knowledge of the bidder.
  10. Any other documents /information to support application.
  11. Original documents should be available for sighting on demand during or after the opening of pre-qualification documents.

 

 

 

A copy of the Tender Documents can be obtained from the office of the Secretary, Procurement Planning committee, Nigerian Law School Headquarters, Bwari, Abuja, upon payment of 10.000.00 only for Tender fee, for each of the lots by craft, drawn on Zenith Bank plc to the Accounts Department of the Nigerian Law School, Bwari. Each Tender should be wax sealed and forwarded under Confidential Cover, Marked “Confidential” and indicating in full the Lot of presence at the Top Left of the envelope and addressed to:

 

 

The Secretary,

Procurement Planning Committee,

Nigerian Law School Headquarters,

Bwari, P.M.B. 170, Garki, Abuja.

 

 

To reach him not later than 12:00noon on 11th April, 2011. All bids will be opened immediately after the closure of bidding at 12:30pm in the Conference Room of the Nigerian Law School,   Headquarters, Gwari, Abuja.

 

Important Notice

This public notice shall not be construed as a commitment on the part of the council of Legal Education the Council) or Nigerian law School (the School), nor shall t entitle the submitting company to make any claims whatsoever and to seek any form of indemnity from the Council or School by virtue of such company having responded to this publication

Secretary

Procurement Planning Committee

NB: Please note that the lot of Preference must   be clearly marked on the sealed envelope.

 

 

 

Tenders for the Supply of Tricycles (Keke NAPEP) Brand at Ministry of Poverty Alleviation and Youth Empowerment

Borno State Government,

Ministry of Poverty Alleviation and Youth Empowerment

Tenders for the Supply of Tricycles (Keke NAPEP) Brand

For Distribution to People across Borno State as Part of

The State Government Poverty Alleviation Scheme

The Borno State Ministry of Poverty Alleviation and Youth Empowerment hereby invites tenders from suitable qualified contractors for submission of qualification documents for the supply of scooter tricycles with accessories (Keke Napep) brands for distribution of people across the state as part of poverty Alleviation Scheme in the state. The categories are:-

(i)      1-2,000       Nos

(ii)     1-5,000       Nos

(iii)    5,000          Nos

 

2.       Tender Documents

The tender documents will be available for collection by all interested contractors/companies upon the payment of non-refundable fee of N25,000:00 (twenty-five thousand Naira only) per set with effect from Tuesday, 1st March 2011 from the office of the Secretary, Ministerial Tenders Board, Room 03 (Middle Floor), Ministry of Poverty Alleviation and Youth Empowerment, Musa Usman Secretariat, Maiduguri, Borno State. Completed tender documents should be returned to the same address on or before Wednesday, 16th March 2011 accompanied with the following requirements:-

a)       Valid certificate of incorporation from the corporate Affairs Commission

b)      Tax Clearance Certificate for the last years

c)       Evidence of registration as a contractor with the Borno State Ministry of Finance and Economic Planning

d)      Evidence of past performance of the Company with similar supply

e)       Company profile

f)       Registration of Value Added Tax

 

3.       Opening of Tenders

All submitted tender documents would be opened in the presence of the Contractors who submitted their bids on Firday, 18th March 2011 at 11 a.m. in the office of the Permanent Secretary, Room B90 (Ground Flour) Ministry of Poverty Alleviation and youth Empowerment, Must Usman Secretariat, Maiduguri, Borno State. Contractors who chose to be present during the opening of tenders are free to do so.

 

Any tenderer/Contractor who does not comply with the provisions above would be disqualified furthermore, the Borno State Government is not bond to award the contract to any contractor/ tender under any obligation whatsoever or offer any explanations for the eventual award of the contract to a contractor.

 

Shettima Mamadi

Secretary

Ministerial Tenders Board

Ministry of Poverty Alleviation and

Youth Empowerment

Supply of Civil Works Services at Nigerian Aviation Handling Company Plc

Nahco Aviance

Nigerian Aviation Handling Company Plc

 

Registration /Renewal as a contractor

INTRODUCTION;

Nigerian Aviation Handling Company Plc (“nahco aviance”) is the foremost Aviation Ground Handling Company in Nigeria. As a full member of several international industry associations like AVIANCE, IATA, IGHC, IAHA and TIACA, nahco aviance is expanding the scope of its business activities through a sustained programme of transformation, diversification and expansion.

 

We hereby invite interested contractors/suppliers to register for the supply of civil works services, electrical works services, ICT supplies & services, equipment spare parts supplies & mechanical works services, stationery supplies, printing services, furniture works & supplies, general supplies & services, and business consultancy services.

 

Eligibility Criteria:

To be eligible for consideration, applications must meet the following requirements;

1.       Evidence of due incorporation as a limited liability company in Nigeria.

2.       Evidence of a financial management system (accounting, internal controls, tax clearance for previous 3 years and audited finance-statement).

3.       Documentary Profile of the organization (incorporating physical address, organogram of management structure, ownership, key contact persons (telephone & email) and their profile.

4.       Inclusion of a verifiable list of representative clients, and jobs/contracts performed in the last 3 years.

 

Submission of Application:

Interested organizations are expected to collect and submit Registration Forms at our Lagos Headquarters office of the address below on or before 5.00 pm, on 10th March 2011. Registration Forms may be downloaded online at info@nahcoaviance.com .

 

1.    Late submission swill not be entertained.

2.   All applications must be accompanied with the supporting documentation,

3.       All costs incurred as a result of this registration and any subsequent request for information shall be borne by the organizations submitting Registration Forms.

 

Only successful organizations will be notified.

 

NB: This invitation applies to both existing contactors registered with nahco aviance, and prospective contractors.

 

The Procurement Manager

Nigerian Aviation Handling Co. Plc

Murtala Muhammed Airport

Ikeja, Lagos