Provision of Non Regular Staff at Mobil Producing Nigeria

Mobil Producing Nigeria Unlimited

An ExxonMobil Subsidiary

Operator of the NNPC/MPN Joint Venture

Tender Opportunity:

Provision of Non Regular Staff

1.       INTRODUCTION:

Mobil Producing Nigeria Unlimited Operator of NNPC/MPN Joint Venture plans to engage the services of competent and qualified indigenous companies to provide Non-regular staffing to address cyclical workloads, and non-core activities at various Company locations in Nigeria for an anticipated contract term of two (2) years with a one (1) year optional renewal period.

2.       SCOPE OF WORK:

The scope of work includes, but is not limited to the provision of Non-regular staff in support of Company base business. Non-regular Staff personnel will be needed for a wide variety of skills.

Interested companies must be able to provide the following agency services include:

  • Identification and recruitment of qualified Nigerian candidates
  • Matching credentials of candidates to defined experience and expertise requirements and submitting screened candidates to Company for final selection
  • Administration of security background and medical checks
  • Administration of compensation packages
  • In-processing and orientation training administration
  • Basic training of personnel in areas of business ethics, sexual harassment, safety management
  • Salary, benefits and personnel administration for Non Regular Staff
  • Administration and liability of all payment concerns including tax. pension, payroll burdens, life insurance and workmen’s compensation
  • Administration of agency’s Alcohol and Drug use policy (in compliance with MPN Alcohol and Drug Policy)
  • Administration of non-regular staff relocations as required
  • Provision of routine medical and emergency medical treatment regardless of cause (including Medivac in serious cases)
  • Provision of appropriate safety PPE
  • Administration of NRS safety measures at assigned locations
  • Develop, maintain and implement a training plan to enhance business practice capabilities and improve performance during the term of the contract
  • Administer Labour relations strategy; meetings, bargaining and all required to ensure industrial harmony is maintained
  • Tracking of Key Performance Indicators (KPI’s) to monitor efficiencies/effectiveness.

3.       MANDATORY REQUIREMENTS

  1. To be eligible for this tender exercise, interested contractors are required to be prequalified in the Manpower Supply, Temporary Staff Hiring (Administrative) – Service Code 39910 and Manpower Supply, Temporary Staff Hiring (Technical) – Service Code 39918 category in NipeX Joint Qualification Scheme (NJQS) database. All successfully prequalified suppliers in this category will receive Invitation to Technical Tender (ITT).
  1. 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 suppler status and then click soppier product group.
  1. 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 necessary update.
  1. 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,
  1. To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

4.       CLOSE DATE

This tender opportunity is open for fifteen (15) working days and shall close to interested bidders  by 4:00pm, on or before Tuesday, 22nd June 2010.

5.       ADDITIONAL INFORMATION

  1. Interested suppliers must be prequalified for this product/service category in NJQS
  1. Full tendering procedure will be provided only to contractors that have been successfully prequalified in NJQS
  1. This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of MPN award a contract to any supplier and/or associated companies, sub­contractors or agents
  1. 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
  1. NNPC/MPN reserves the right to reject any and or all prequalified suppliers at its sole discretion and at no costs whatsoever
  1. All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers
  1. Suppliers that are prequalified for this product /service category in NJQS must ensure that the name and contact details (physical address, email address and telephone number) of their company and authorized/responsible personnel is up-to-date in their company profile in the NJQS database
  1. MPN shall communicate only with the authorized/responsible personnel of prequalified companies and not through unauthorized individuals or agents.

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

Construction and Procurement of Equipment at NAEC

NIGERIA ATOMIC ENERGY COMMISSION

(Federal Ministry of Science and Technology)

INVITATION FOR PRE-QUALIFICATION

1.0     INTRODUCTION

The Nigeria Atomic Energy Commission (NAEC), an Agency under the aegis of the Federal Ministry of Science and Technology (FMST), Abuja, hereby invites interested, reputable and competent contractors/suppliers to submit documents for pre-qualification bid for the following projects:

2.0     PROJECT DESCRIPTION AND SCOPE OF WORK:

Construction and procurement of equipment for a Nuclear Thermal Hydraulics Laboratory at the Centre for Nuclear Energy Studies, University of  Port Harcourt, Port Harcourt,

2.2 Construction of a Gamma Irradiation Facility (GIF) Products Warehouse at the Nuclear Technology Centre, Sheda Science and Technology Complex, Sheda -Abuja.

3.0     PRE-QUALIFICATION REQUIREMENTS:

The following are the pre-requisites for qualification for the projects:

  1. Evidence  of Company Registration with the Corporate Affairs Commission (CAC)
  2. Evidence of Tax Clearance for the past 3 years (2007.2008 & 2009)
  3. Evidence of VAT registration/certificate
  4. Verifiable evidence of similar contract(s) recently executed
  5. List of key employees, CV and professional certificate, as applicable

3.0.1    In addition, all indigenous contractors wishing to be pre-qualified must show evidence(a) of compliance with the provisions of the Pension Reform Act 2004, as it relates to his/her Company’s (ies) employees

3.1     SUBMISSION OF PRP-QUALIFICATION DOCUMENTS

Pre-qualification documents should be enclosed In sealed envelopes and clearly marked at the top left corner as to which project it is intended. Envelopes must be addressed to “The Secretary, Procurement Committee, Nigeria Atomic Energy Commission, No. 9, Kwame Nkrumah Crescent, Asokoro, Abuja. All documents should be dropped at the Tenders Box at the Nigeria Atomic Energy Commission, on or before 12:00 noon, on 16th June 2010.

3.2     OPENING OF PRE-QUALIFICATION:

Pre-qualification will be opened on the 16th June, 2010 in the Commission Conference Room. All prospective bidders are expected to be present.

PLEASE NOTE

Late submission will not be entertained.

Only short-listed Companies will be contacted

SIGNED

BY MANAGEMENT

Procurement of Goods at SHESTCO

SHEDA SCIENCE AND TECHNOLOGY COMPLEX (SHESTCO)

P.M.B. 186, GARKI. ABUJA

INVITATION FOR PRE-QUALIFICATION OF CONTRACTORS AND TENDER

INTRODUCTION:

The Federal Government of Nigeria has made provision in the 2010 Appropriation Act for the Development and equipping of the National Chemistry Advanced laboratory at the Sheda Science and Technology Complex (SHESTCO), Sheda, FCT. Consequently, the Complex is desirous of engaging the services of a competent company/ Science Laboratory equipment vendor for the execution of the project in the following categories:

Procurement of Thermo Gas Chromatograph(GC) with Mass Spectrometer (MS) containing trace GC ultra, column oven, Mass spectrometer, split/splitless injector, and AS 3000 Autosampler for trace GC.

PRE-QUALIFICATION REQUIREMENTS

Interested and competent companies are hereby invited to submit the underlisted for pre-qualification purposes:

  1. Company profile
  2. Evidence of incorporation as a company in Nigeria
  3. Recent Tax Clearance Certificate for the past three years (i.e. valid up to 31st December, 2010) and evidence of having fulfilled all obligations to pay taxes, pensions & social security contributions
  4. Professional and Technical capability
  5. Annual Turnover
  6. Evidence of financial capability and banking support
  7. Evidence of similar projects executed especially procurement of Hi- tec modern laboratory equipment
  8. Evidence of possession of the necessary equipment and other relevant infrastructure to execute the project,
  9. Evidence of Registration/Authorization to supply the product with the relevant manufacturer or Regulatory Agency
  10. An affidavit disclosing whether or not any officer of the Sheda science and Technology complex is a former or present Director, shareholder or has any pecuniary Interest in the company and confirmation that all information presented are true and correct in all particulars.

TENDER SUBMISSION

Interested Companies who meet the requirements above should submit their pre-qualification documents. The submission should be in sealed envelopes, addressed to the Director-General, Sheda Science and Technology Complex, Sheda, Abuja with “Prequalification for procurement of Thermo Gas Chromatograph with Mass Spectrometer (GCMS) for the National Chemistry Laboratory” written on the top right corner of the envelope Interested Companies should make their submissions on or before 12noon on 24th June, 2010 at Room No: 01.04, Central Workshop Building, Sheda Science and Technology Complex (SHESTCO) 10KM from Gwagwalada on Abuja- Lokoja road), FCT with a non refundable tender fee of N50, 000 (Fifty Thousand Naira) payable in bank draft addressed to the Sheda Science and Technology Complex, Abuja.

Signed

Management

Advisory Services Activities at BSADP

BAUCHI STATE FADAMA COORDINATION OFFICE AND FADAMA III COMPONENT IV OFFICE (BSADP). BAUCHI

THIRD NATIONAL FADAMA DEVELOPMENT PROJECT

CREDIT No. 4494 UN)

INVITATION FOR EXPRESSION OF INTEREST FOR ADVISORY SERVICES ACTIVITIES

The Federal Government of Nigeria has received a credit from the international Development Association IDA towards the cost of implementation of the Third National Fadama Development Project (NFDPIII). Part of the credit has been on lent to the Bauchi State Government who intends to apply part of the Proceeds to eligible payment for contracts to be awarded for Advisory Services Activities (ASAs) in the twenty (20) Local Government Areas of the State with over 75 Fadama Community Associations (FCAs) and 963 Fadama User groups (FUGs).

The Advisory services component, which has as its goals to enable Fadama User Groups participating in the project to adopt productivity enhancing techniques and appropriate marketing on increased productivity of their Fadama enterprises and increase income.

This will be achieved through demand responsive advisory services to be provided by a wide range of private and public service  providers.

The following categories Advisory Services activities envisaged under the project are:-

  1. i.            Evaluation of Advisory Services activities providers submitted to FC A by Advisory Services Provider (ASP)
  2. ii.            Providers of Advisory Services to user group in an (FCA) Fadama community association
  3. iii.            Providers for design or appraisal of cross FCA/ASA proposals
  4. iv.            Providers to implement cross FCA/ASAs in collaboration with affected FCAs/LGAs
  5. v.            Provider of training services training materials and linkages
  6. vi.            Provider for rural infrastructure investment
  7. Provider of Pilot productive Asset Acquisition

Advisory service for component IV (support to ADP) will include (but not limited to) the following areas

  1. i.            Adaptive Research/Technology Development and Transfer Support
  2. ii.            Agro-processing and storage technologies
  3. iii.            Agro-business ad market linkages
  4. iv.            Agricultural technologies and facilitation skills
  5. v.            Water management and conservation systems/practices
  6. vi.            Irrigation water management and conveyance system/practices
  7. Soil conservation practices/systems
  8. Sound use of Agro-chemicals
  9. ix.            Agro-forestry and sustainable Ecosystem management
  10. x.            Inputs and Extension Service Providers
  11. xi.            Fisheries technologies
  12. Sustainable Pasture Management
  13. Livestock Production and Management
  14. Training Services, Training Materials and Linkages
  15. Crop production (Integrated Pest Management)
  16. Nutrition and Health
  17. Any other/others

The Bauchi State Fadama Coordination Office in conjunction with the Bauchi

State Agricultural Development  Project  (BSADP)  now  invites sealed

“Expression of interest” from interested firms, persons, NGOs. or public

agencies and institutions.

All service providers whose responses satisfy the requirements will be selected and allowed to bid for Advisory Services activities contracts under the project.

Ability to communicate with the local languages and familiarity of the area will be an added advantage

The Expression of Interest’ should state clearly the field of interest and the qualification for such sole(s), backed with documentary evidence. Prospective Advisory Services providers may be required to show original copies of submitted document during the course of the selection process.

Interested firms, persons, NGOs or public agencies and institutions may obtain further information from the office of the State Training and Technical Assistant Officer (TTAO) in the SFCO during office hours (9:00am – 4:00pm from Monday to Thursday) and (9:00am -1:00pm Fridays), Expression of interest in sealed envelops marked “Expression of interest” for Advisory Services Activities to the State project Coordinator Bauchi State Fadama III Coordination Office, BSADP Headquarters, P.M.B 0050 Gidan Gona Dass road, Bauchi, Bauchi State Email-bauchifadama@yahoo.com on or before 18th June 2010.

State Fadama Coordination Office,

BSADP Gidan Gona, Dass road,

Bauchi State

Attention:

Ahmed Wakili

(Training and Technical Assistant Officer)

Bauchi Stale Fadama Coordination Office,

BSADP Gidan Gona, Dass road.

Bauchi State.

Signed:

Dr. Ali Garba

State Project Coordinator

Projects Execution at SUBEB Bauchi

BAUCHI STATE GOVERNMENT

STATE UNIVERSAL BASIC EDUCATION BOARD (SUBEB)

AJIYA ADAMU ROAD, NEAR AWALAH HOTEL ROUND ABOUT

PM.B 0109 BAUCHI

INVITATION FOR PRE-QUALIFICATION

The State Universal Basic Education Board (SUBEB) Bauchi, intends to carry out the under listed projects under the 2007/2008 (Merged) ETF Intervention in Library Development.

Reputable and interested Contractors with relevant experience are hereby invited to bid in the following categories.

A.     Procurement of Assorted Textbooks

B.     Provision of Library Furniture and Security

2.      To qualify for the bidding, the following documents are required:

  1. i.            Certificate of incorporation of Company with the Corporate Affairs Commission
  2. ii.            Evidence of Registration as a Contractor with the Bauchi State Government
  3. iii.            Tax Clearance Certificate for the last three (3) years.
  4. iv.            Evidence of Financial Strength of the Company.
  5. v.            Professional qualification of key personnel of the company.

3.  Pre-qualification document should be sealed and marked CONFIDENTIAL and addressed to the Executive Chairman, Bauchi State Universal Basic Board, Ajiya Adamu Road, Near Awalah Hotel Roundabout, P. M. B. 0109, Bauchi, Bauchi State.

4.  This is only an invitation for pre-qualification and not for tender and is valid on or before 11th June 2010.

5.  Only successful contractors will be contacted for tender after screening, please.

Signed

KABIR ALI KOBI (Public Relations Officer)

For; EXECUTIVE CHAIRMAN