Execution of Projects at NESREA

NATIONAL ENVIRONMENTAL STANDARDS AND REGULATIONS ENFORCEMENT AGENCY (NESREA)

INVITATION FOR BIDS

The National Environmental standards and Regulations Enforcements Agency (NESREA) is charged with the responsibility of enforcing all environmental laws, guidelines , policies  standards and regulations in Nigeria. As part of the process for achieving its mandate under the 7th FGN-UNDP Country programme (2009 2012, NESREA ) is requesting for submissions from the general public in order to implement the following activities .

LOT A: REVIEW OF ENVIRONMENTAL AUDIT GUIDELINES

SCOPE OF WORK

a)         Review the existing Environmental Audit Guidelines in line with current global trends ;

b)         Define the scope of  an Environmental Audit  and the  responsibilities of an Environmental Auditor including  ethics of an Environmental Auditor.

c)         Develop protocols to evaluate key aspects of environmental management  and performance  such as  waste disposal, energy use, cleaner production, supply chains , health and safety;

d)         Review the On-site audit checklist in the  line with current trends;

e)         Develop presentation format of audit findings

f)          Develop action plan framework for implementation of  Recommendations ;

Duration 4 weeks

LOT B: DEVELOPMENT OF ENFORCEMENT POLICY FOR NESREA

SCOPE OF WORK

a)         Principles of an enforcement programme

b)         Achieving enforcement objectives

c)         Procedure for compliance monitoring and enforcement

d)         Procedure for prosecution

Duration 4 Weeks

LOT C: STUDY OF COMPLIANCE WITH CITIES IN NIGERIA

SCOPE OF  WORK

a)         Appraise Nigeria’s status in the  implementation of Cites

b)         Identify key cites species and their  conservation status in Nigeria

c)         Identify centres of illegal wildlife trade in the country and determine prominent routes and destinations

d)         Identify and document major cites violations and factors militating against effective enforcement of cites

e)         Determine the level of cites awareness among all segments of Nigeria society and suggest awareness creation strategy

f)          Considering the present institutional arrangement, design a strategic cites enforcement regime sufficiently effective and sustainable, drawing from the NESREA  Act and the  Endangered species Act.

g)         Prepare and submit report.

Duration 6 weeks

CONSULTANCY REQUIREMENTS

a)         A first degree in environment and  environment related  disciplines ; a higher degree will be an added advantage

b)         At least 20 years experience in environment and environment related  disciplines

c)         Good knowledge of the  operation of the industrial sector in Nigeria with regards to health, safety and environmental policies

d)         Must be NESREA duly accredited  consultant;

e)         Verifiable proof of execution of similar assignment

f)          Evidence of incorporation by Corporate Affairs Commission;

g)         Tax Clearance Certificate of 3 years including possessing of Tax identification Number  (TIN)

h)        Company’s audited account of 3 years

i)          Value Added Tax registration and remittance

j)          Company profile indicating key personnel with years of experience; and

k)         verifiable evidence of Financial capability to execute the project.

SUBMISSION OF BIDS

Response to this shall be in separate sealed envelopes, ie Technical (including a detailed work plan) and Financial Proposal respectively. The bid, which must be packed in a sealed envelope, marked  at the right hand corner “FGN-UNDP/NESREA 2010 Miscellaneous Bids”, shall be delivered at the  address stated below on or before 25th May, 2010 at 12 noon (local time):

The Director-General,

National Environmental Standards & Regulations Enforcement Agency (NESREA)

No. 4 Oro-Ago Street,

Off Muhamadu Buhari Way, Garki II,

Abuja, FCT.

Bids will be opened in the presence of the Bidders or their representatives who may choose to attend the event as follows at NESREA  office at 4.00pm (Local time) on date bid closure.

Provision of 15,000psl Semi Submersible Drilling unit at Addax Petroleum Exploration (Nigeria) Limited

ADDAX PETROLEUM EXPLORATION (NIGERIA) LIMITED

RC 333613

Contractor to NNPC on OML-137

ADVERT FOR TECHNICAL TENDER OPPORTUNITY

PROVISION OF 15,000PSI SEMI SUBMERSIBLE DRILLING UNIT FOR YEAR 2011

1.         INTRODUCTION

Addax Petroleum Exploration (Nigeria) Limited (hereinafter referred toas “APE(N)L” invites interested and pre-qualified companies for this tender opportunity for the provision of 15,000psl semi submersible Drilling unit, required for the 2011 work programme in OML-137. The contract is proposed to commence early Q1 2011 for the duration of time necessary to drill 1 exploration well of an estimated  duration of 60 days (+ 20 days for DST in case of success  ) + 1 optional well of  the same estimated duration.

2.         SCOPE OF WORK

The scope of work is the  provision of a  15,000psi Semi Submersible Drilling Unit with the  following minimum specifications

Operating water-depth up to 1000ft

Minimum variable Drilling load – 3,500MT

Drilling depth capability- 25,000ft

Crane capacity for single lift up to 55MT at 25ft radius

Minimum 3x 1600HP mud pumps

Draw works capacity – 3,000HP

Rotary Table –minimum 491/2 opening

Static Hook Load capacity > 1,200,000lbs

Top drive continous drilling torque > 45,000ft-lbs at 130RPM, rated to > 600 Tons

HP circulating system rated to minimum, 5,000psi

BOP – minimum 4 rams 18 ¾” 10,000psi annular, 18 ¾” 15,000psi wellhead connector

LMRP – 18 ¾” 10,000psi annular x 18 ¾”  10, 000psi LMRP connector to match top of BOP provided

Diverter -500psi

Choke manifold, 15,000psi, H2Strim and glycol injection facility upstream of choke

Heli-deck suitable for Sikorsky S61 (minimum requirement)

Accommodation for > 115 persons

Liquid mud capacity (active/ reserve) – 2,500 bbls

Bulk storage capacity – 18,000 cuft

Drill pipe requirement > 25, 000ft of 5” 19.5 ppf S-135DP and 6,000 ft of 3 ½” 15.5ppf S-135DP

4 flow-line shakers or equivalent plus de-senders, de-silters, mud cleaner and  degasser

Wire/chain moored

Motion compensator-minimum 500,000lbs operating

3.         TENDERS MANDATORY REQUIREMENTS

1.         To be eligible for this tender exercise, interested Contractors are required  to be pre-qualified in the Exploration and production Drilling Services category 30401: Drilling Rigs in NipeX Joint Qualification System (NJQS) database. All Contractors who have successfully pre-qualified  in this services category by the bid close data as specified in item 3 will receive an invitation to submit their Technical Tender.

2.         Please note that contractors including their nominated sub-contractor(s) will be required to provide satisfactory and relevant documentation and shall correspondingly  be required to pass all NJQS mandatory General and Nigerian Content requirements during the prequalification exercise , including a site assessment audit, prior to being  given a “Prequalified” status for a product/service category in the  NJQS database.

3.         To determine if you have  attained the necessary prequalified status and to view the product/service categories you are listed for: www.nipexng.com and access NJQS with your log in details; click on continue joint Qualfication Scheme tool; click my supplier status and then click supplier product group.

4.         If you are not listed in this product/service category, and you can demonstrate that you have current DPR Registration to do business related to this services category, please contact the NipeX office at 30, Oyinkan Jolayemi street, Ikoyi, Lagos and arrange a meeting to discuss the situation with a NipeX representative. Please attend the meeting with your DPR certificate as  evidence to enable the NipeX representative to review and update the NJQS, if necessary

5.         To initiate and complete the NJQS prequalification process, you are requested to access www.nipexng.com to download the application form, make the necessary payments and contact the NipeX office as stated in item 4 above for further action

4.         CLOSING DATE

This tender opportunity shall remain open  for fifteen (15) days and shall close to interested contractors by 4.00pm , 20th May 2010.

5.         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 prequalified in NJQS under this specific services category to be eligible to participate in this tender opportunity

To enable interested pre-qualified contractors to use the NipeX system to progress this tender exercise , they should access the NipeX System and include within their company profile, a name of a principal personnel, his/her phone number and the Contractor’s general official email address for NipeX System set-up and training purposes.

All costs incurred  in preparing and processing NJQS prequalification and responding to this Tender opportunity shall be the  Contractor’s own account.

This Advert shall neither be  construed as any form of commitment on the part of APE(N)L to award any contract to any contractor and or associated contractors, sub-contractors or agents, nor shall entitle prequalified contractors  to make any claims whatsoever, and/or seek any indemnity from APE(N)L and/or any of its partners by virtue of such Contractors having been prequalified 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:-

Pre-qualified  contractors in the relevant product/Services category in NJQS will be requested to submit their  Technical Tenders

Following the Technical evaluation process, only technically acceptable  and financially qualified contractors will be requested to submit their commercial Tenders

APE(N)L reserves the right to reject the submission(s) made by any and/or all Contractors at its sole discretion and at no cost whatsoever to APE(N)L

APE(N)L will communicate only with authorized  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 potal at www.nipexng.com for this advert and other  relevant information.

Execution of Projects at Federal Ministry of Environment,

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Invitation for Tender

The Federal Ministry of  Environment, with the assistance of Ecological Fund Office (EFO) is implementing some projects under the Presidential Afforestation Initiative in the dry lands of the country to combat desertification and ameliorate the impacts of drought.

The Federal Ministry of Environment is therefore inviting interested contractors to submit bids/tenders for any of the following jobs:

LOT 1(a-c Model Village Development in Eight (8) Frontline States:

LOT 1a       Borno and Yobe

LOT 1b       Katsina, Kano and Jigawa

LOT 1c       Kebbi, Sokoto and Zamfara

Scope of Work

  • Provision of solar powered boreholes
  • Establishment of community plant nursery
  • Establishment of community woodlots, windbreaks and roadside plantations
  • Development and supply of alternative energy materials and energy saving devices-solar cookers, solar street lights, improved woodstoves (Save 80, Wonderbox)
  • Construction and equipping of Environmental Education and Public Awareness and skill acquisition centers
  • Construction of VIP toilet
  • Training of local people on the fabrication and maintenance of alternative and energy saving devices.

LOT 2 Roof Catchments Rain Water Harvesting in three (3) Frontline States of Adamawa, Bauchi and Gombe

Scope of Work

  • Construction of underground water tank
  • Construction and installation of overhead water tank
  • Provision and installation of rooftop gutte
  • Provision and installation of solar powered pump
  • Reticulation and provision of hand pumps

LOT 3 (a – d) Supply of Project Monitoring Vehicles

LOT3a        Supply of 3nos 4WDJeep, Full option, 2.7 Litres, and V6 Engine

LOT3b                 Supply of 2nos 2.0 GLS, 4WD Jeep, AT, Fully Tropicalised Engine, 2000CC16V DOHC, Shiftronic Gear System, Tilt Adjustable Steering, Front & Rear Flaps/Roof Carrier, Fabric Upholstery, 2010 Model

LOT 3c       Supply of 7aos 2,7 Litres Engine, Double Cabin (4WD), Power Steering, AM/FM CD Player, 5 Speed Manual, SRS Air bags. Heavy Duty Suspension and Tropicalised Engine,

LOT 3d       Supply of 600s 2,4 Litres Engine, 4WD, Double Cabin, Power Steering, AM/FM CD Player, Side Step, back step, 5 Speed Manual, SRS Air bags, Heavy Duty Suspension and Tropicalised Engine.

LOT4   Development of Data Bank for Desertification Management

Scope of Work

  • Biophysical field survey and mapping of selected sites
  • Socio-economic survey of selected sites
  • Production of aridity index maps
  • Procurement of GIS hard and soft wares
  • Installation and commissioning of Desertification GIS Laboratory and Data Bank

LOT 5 (a – g) Establishment of Plant Nursery (I million capacity) 2nos in each of the II Frontline States and 1 no in each of the 8 Buffer States and FCT

Frontline States

LOT 5a       Adamawa, Bauchi & Gombe

LOT5b       Jigawa, Kano & Katsina

LOT 5c       Kebbi, Sokoto & Zamfara

LOT 5d       Borno & Yobe

LOT5e Benue, Taraba & Plateau

LOT 5f        Kaduna, Nassarawa & Niger

LOT 5g        Kogi, Kwara & FCT

Scope of Work

  • Construction of plant nursery shed
  • Construction of nursery store/office
  • Provision of solar powered borehole
  • Provision of nursery tools
  • Raising of assorted forest tree seedlings
  • Raising of assorted economic tree seedlings

3, Tender Requirements:

To quality for consideration, applicants are required to submit the documents stated herein after, failure to submit any of the under listed documents may lead to the disqualification of the applicant,

  1. i.            Certificate of Registration with Corporate Affairs Commission (Limited liability only)
  2. ii.            Provide details of Company’s profile including the Curriculum Vitae of the key professional staff and other resources,
  3. iii.            Company’s current Tax Clearance certificate for the last three (3) years, (State Tax Identification Number TIN)
  4. iv.            Verifiable evidence of previous experience in jobs of this Magnitude/nature. (Attach Letter of Award and Certificate of Completion)
  5. v.            List of Equipment Owned,
  6. vi.            Evidence from the company’s Bankers as to its financial capacity to undertake the works, if awarded,
  7. Name/e-mail Address and phone number of contact person.
  8. Company Audited Account for the last 3 Years.
  9. ix.            A Letter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies,
  10. x.            Evidence of VAT Registration and Remittance,
  11. xi.            Any other information that would be of advantage to the company.

Additional information

  1. i.            Notwithstanding the submission of tender data the Federal Ministry of Environment is neither committed nor obligated to include your company or any bid list or award any form of contract to your company or agent,
  2. ii.            The advertisement shall not be considered as commitment on the part of  the Federal Ministry of Environment; nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Federal Ministry of’ Environment by virtue of such company having responded to the advertisement.
  3. iii.            In addition to the above requirements, contractors interested in LQTs 4 are requested to provide the information indicated below:

LOT 4 (Development of Data Bank for Desertification Management)

  • Evidence of competency in Land Resources Survey and Mapping
  • Evidence of competency in GIS and Remote Sensing
  • Evidence of previous work conducted and maps produced

5. Submission Deadline:

Completed Financial and Technical Tenders are to be submitted in two Separate Envelopes Marked Financial Bids or Technical Bids respectively. Each of the Envelopes are to contain one original and two I duplicate copies of the Tenders respectively, and Both Envelopes Enclosed in a I Larger Envelope Marke CONFIDENTIAL on the Top Left Coiner and Written Tender for (Specify LOT) at the Centre,

The Tender Addressed to the

Secretary, Ministerial Tenders Board.

Federal Ministry of Environment, Room B301 (3rd Floor),

Mabushi, Abuja.

To reach him on or before 12Noon on Monday, 31st May, 2010. While the Bids will he opened by 2:00p.m. On the same date at the Ministry’s Conference Room, Mabushi, Abuja.

NOTE: Only the Technical bids will be opened on the date mentioned in this publication while the Financial Bids of the Bidders that passed the Technical Evaluation would be opened on a date that would be communicated to these Companies

(Signed)

Permanent Secretary

Backbone Transmission Infrastructure (BTRAIN) Project at USPF

The Federal Republic of Nigeria

Universal Service Provision Fund

Invitation for Proposal (IFP)

For Backbone Transmission Infrastructure (BTRAIN) Project

  1. The universal Service Provision Fund (USPF) has provided funds in the 2010 appropriation to facilitate  the project implementation of connections to National Transmission Backbone Infrastructure under its Backbone Transmission Network (BTRAIN) Project.
  2. The BTRAIN Project is aimed at harnessing the enormous capabilities of information and Communications Technology (ICT) that would assist the country meet the millennium Development Goal (MDG) target which includes: creating economic opportunities, poverty reduction, managing the processes of providing basic services (e.g, healthcare, education) at tower cost greater availability, dependability and coverage, facilitating access to information etc in the rural and semi-urban areas.
  1. This project will be coordinated with other government initiatives, including the Nigerian Communications Commission’s (NCC) Wire Nigeria (WiN) Initiative, and the NCC’s State Accelerated Broadband Initiative (SABi).
  2. The BTRAIN project is designed to address the dearth and inadequacies of fiber optic backbone  networks and transmission links in rural Nigeria as well as accelerating the build-out of backbone transmission infrastructure in rural and semi urban areas. The selected bidders will be required to roll-out optic fibre cable in identified unserved and underserved rural and semi-urban areas.
  3. The USPF secretariat is seeking to engage the services of reputable Telecommunication companies/firms with requisite technical and administrative competence on the above stated objectives
  4. The details of scope of work, eligibility and tender delivery instructions as well as other details are contained in the REP on our website www.uspf.gov.ng. interested bidders are advised to view the content of REP from USPF website before purchasing hard copy from USPF.
  5. Interested Firm should submit their proposal to the undersigned on or before June 10, 2010 by 4.00pm
  6. All proponents are to note that failure to comply with the tendering instructions shall lead to disqualification.
    1. A complete set of bidding documents may be purchased by interested bidders on submission of a written application to the address below and upon payment of a non-refundable fee of N100, 000,000. All bids must be accompanied by a bid security

(Bid Bond) of N200, 000, 00, Proposal without bid Bond shall be rejected. The tendering fee of N100t 000, 00 should be in draft in favour of the Universal Service Provision Fund. The Technical and Financial proposal must be in separate envelopes and must be marked clearly USPF/RFP/BTRAIN/2010/ TECHNICAL and USPF/RFP/BTRAIN/2010/FINANCIAL.

Director / Secretary,

Universal Service Provision Fund,

Universal Service Provision Fund Secretariat

Nigerian Communications Commission Head Office, 7th

Floor,

432, Aguiyi Ironsi Street

Maitama District

Abuja.

For further clarification on the.RFP, Please send your enquires to Eng. O.Y. Asaju on 094617462

Signed:

FUNSO FAYOMI ESQ

Director/Secretary

Universal Service Provision Fund

Community Based ICT Connectivity Projects at USPF

Expression of Interest

Title:  Community Based ICT Connectivity Projects Invitation for proposal  for USPF Funding towards extending access to icts in unnerved and underserved areas of Nigeria

(BOTTOM-UP PROJECTS)

1.       Background. Goals / Objectives

One of the objectives of the telecommunications policy of the Federal Government is “TO ensure that public telecommunications facilities are accessible to All Communities in the country.”

In order to facilitate extension of modern communications facilities to unserved and underserved areas and in institutions such as schools, hospitals etc, the Universal Service Provision Fund (USPF) was established under the Nigerian Communications Act of 2003.

In    carrying    out    its    mandates,    the    USPF    is currently    implementing    some    projects.    These projects    are    conceptualized    and    designed   for implementation  in       various       unserved       and underserved communities  by USPF  (Top-Bottom Projects),    Please refer    to    the    USPF    website (www.uspf.gov.ng)   for   existing    USPF   projects, Although  the current projects being  implemented by USPF are achieving their targeted objectives, the FUND   is   desirous   of   Bottom-Up   Projects expected   to   be   conceptualized,   designed   and implemented   by   various   individuals,   community organizations, NGOs,          private         business entrepreneurs,    etc.    This    is    to    ensure    rapid deployment    of    needed    ICT    services    in    the unserved and underserved areas.

The “Bottom-Up’ Project Initiative is to encourage beneficiaries to conceptualize and initiate ideas for universal   access   projects   rather  than  from   the; USPF,   Under this approach, the USPF aims to provide  support to members  of the  public who, acting on their own initiative, have conceptualized and      designed      ideas      for      information      and Communications Technology (ICT) projects based on their creativity and imagination – as opposed to those designed by the USPF.

Accordingly, the USPF invites proposals from interested parties seeking financial support (grants / subsidies, loans, etc) to enable them implement new or expand on their existing ICT projects to unserved and underserved communities.

2.       Project Design and Specifications

The design and specifications of the proposed project depends entirely on the imagination or preferences of the proponents. However, those Bottom-Up projects offering unique value propositions or innovative features over existing standard-design USPF projects will receive priority consideration.

Thus, the USPF will consider for support any project that will deliver new connectivity for communities that lack ICT connectivity and/or added services.    The    proposed    Project should be able to deliver clear and felt benefits to the community It proposes to serve. In addition to providing   connectivity   to   communities, projects aimed at using ICTs for poverty creation,      employment      generation, improving understanding   between   different   ethnic/religious groups,      empowering      citizens     or improving governance     will     be     given   priority.  As the assistance   from   USPF   is   available   only for a limited period of time. Sustainability and affordability of the project will be a key element on which evaluation will be made

3. Instruction to Proponents (Bidders)

In addition to any other information that may assist USPF to take  appropriate decisions on the proposals, the bidders should address the following key elements in the proposal:

  • Organization Profile of the bidders with proof of its registration as a legal entity.
  • Information about IGT projects can-led out in the immediately preceding three years. If any.
  • Technical and administrative manpower available to implement the project and their relevant experiences with respect to ICT service delivery.
  • The project proposal detailing feasibility Study/ Financial proposal and project budget. The Project budget should items ICT materials and facilities required specifying the individual cost items and the proportion of the cost expected to be financed by USPF.
  • The proposal should specifically address the sustainability and affordability strategy of the intending project
  • Technical details of the proposed projects which should contain the following information:
  • The nature of the Products and Services to be delivered
  • The Need and targeted beneficiaries
  • Goals and Objectives
  • Scope of Work- the coverage areas
  • Methodology – deployment strategy
  • Technology approach Technical specifications and schematic diagrams of the project details
  • Time frame detailing the actions and the time scales. This should address how the project will be implemented form the date of approval till it reaches level of    sustainability    serving   the targeted beneficiaries.

4.       Deadline for submission of proposals

Interested bidders wishing to respond to this invitation for proposals should submit five (5) bound hard copies of the Technical and business Proposals plus electronic copy either by hand or through registered courier services, on or before 4:00p.m June 10th, 2010 to the following address;

The Director/Secretary

Universal Service Provision Fund

USP secretariat

Nigerian Communications Commission Building 423 Aguiyi Ironsi Street, Maitama Abuja

The Technical and Financial proposal be in separate envelop and should be marked “Ref No. USPF/Bottom-up Project 2010/01

For further clarification on the REF, please send your enquiries to Mr. O.N. Ugama on 09467452.

Signed:

FUNSO FAYOMI

Director/Secretary, Universal Service Provision Fund