Background Image

INTERNATIONAL ORGANIZATION FOR MIGRATION (IOM)-

EXPRESSION OF INTEREST FOR DRILLING/REHABILITATION AND SUPPLY OF BOREHOLE SPARE PARTS/MATERIALS

INVITATION TO SUBMIT EXPRESSION OF INTEREST
(FOR SHORT LISTING OF COMPANIES/ SERVICE PROVIDERS)
11TH SEPTEMBER 2020
REF NO.: NG30/REI/20/001

The INTERNATIONAL ORGANIZATION FOR MIGRATION (IOM) is an intergovernmental humanitarian organization established in 1951 and is committed to the principle that humane and orderly migration benefits both migrants and society.

TRANSFORMING IRRIGATION MANAGEMENT IN NIGERIA (TRIMING) PROJECT-

INVITATION FOR BIDS FOR REHABILITATION AND IMPROVEMENT WORKS FOR GORONYO DAM AND RIVER TRAINING AT THE MIDDLE RIMA VALLEY IRRIGATION SCHEME (MRVIS) GORONYO IN SOKOTO STATE, NIGERIA

FEDERAL GOVERNMENT OF NIGERIA
FEDERAL MINISTRY OF WATER RESOURCES
TRANSFORMING IRRIGATION MANAGEMENT IN NIGERIA (TRIMING) PROJECT
CREDIT NUMBER – 5506-NG
INVITATION FOR BIDS (IFB)
NIGERIA
REHABILITATION AND IMPROVEMENT WORKS FOR GORONYO DAM AND RIVER TRAINING AT THE MIDDLE RIMA VALLEY IRRIGATION SCHEME (MRVIS) GORONYO IN SOKOTO STATE, NIGERIA
IFB No: FMWR/TRIMING/2019/NCB/W/03/01

1. This Invitation for Bids follows the General Procurement Notice (GPN) for the Transforming Irrigation Management in Nigeria (TRIMING) Project that appeared in Development Business dated February 5th, 2015.

2. The Federal Government of Nigeria (FGN) has received a financing from the World Bank toward the cost of the Transforming Irrigation Management in Nigeria (TRIMING) Project and it intends to apply part of the proceeds toward payments under the contract for the Rehabilitation and Improvement Works for Goronyo Dam and River Training at the Middle Rima Valley Irrigation Scheme (MRVIS) Goronyo in Sokoto State, Nigeria

3. The Federal Ministry of Water Resources (FMWR) through the Project Management Unit (PMU) of the Transforming Irrigation Management in Nigeria (TRIMING) Project now invites sealed bids from eligible bidders for Rehabilitation and Improvement Works for Goronyo Dam and River Training at the Middle Rima Valley Irrigation Scheme (MRVIS) Goronyo in Sokoto State, Nigeria.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

FEDERAL SCIENCE AND TECHNICAL COLLEGE KUTA-

SHIRORO, NIGER STATE- INVITATION TO TENDER FOR 2020 CAPITAL

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL SCIENCE AND TECHNICAL COLLEGE KUTA-SHIRORO, NIGER STATE
INVITATION TO TENDER FOR 2020 CAPITAL

1. INTRODUCTION
The Federal Government of Nigerian gas allocated Funds to the Federal Ministry of Educating (FME), Federal Science Technical College, Kuta-Shiroro Niger State in the 2020 appropriation for the execution of policies, programs and projects toward achieving the mandate of the college. Accordingly, the college wishes to invite reputable companies with relevant proven competence and experience to submit tenders for the execution of the projects.

2. SCOPE OF WORK

CATEGORY A (GOODS)
S/N PROJECT TITLE
LOT G1 Procurement Of Teaching Aids, White Board, Projector And Accessories
CATEGORY B (WORKS)
SN PROJECT TITLE
LOT W1 Rehabilitation Of Roads Network From Main Gate To Administrative Block/Hostel/Staff Quarters/Kitchen
LOT W2 Rehabilitation Of College Examination Hall

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

FEDERAL GOVERNMENT GIRLS COLLEGE OMU-ARAN, KWARA STATE-

INVITATION TO TENDER FOR THE EXECUTION OF 2020 APPROPRIATION

FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT GIRLS COLLEGE
OMU-ARAN, KWARA STATE
INVITATION TO TENDER FOR THE EXECUTION OF 2020 APPROPRIATION

1. INTRODUCTION:
The Federal Government of Nigeria (FGN), in furtherance of the execution of Year 2020 Appropriation Act, has allocated funds to the Federal Ministry of Education (FME), Federal Government Girls College (FGGC) Omu-Aran, Kwara State for the execution of its policies, Programmes and Project towards achieving the mandate of the College. Accordingly, the College wishes to invite reputable contractors and suppliers with good track record, proven competence and relevant experience to tender got the execution of the project.

2. SCOPE OF WORK

LOT NO PROJECT DESCRIPTION LOCATION
Lot W1 Completion of Perimeter fence FGGC Omu-Aran

3. ELIGIBILITY REQUIREMENTS
Prospective bidders must possess the following requirement
a. Evidence of certificate of Incorporation issued by Corporate affairs Commission (CAC0 including forms CAC2, and COS7 or CAC 1:1
b. Evidence of company’s income Tax Clearance Certificate got the last Three (#) years 2017,02018 & 2019 valid till 31st December, 2020 with minimum average annual turnover of N20 million.
c. Evidence of Current Pension Certificate valid till 31st December 2020
d. Evidence of current Industrial Training Fund(ITF) Compliance Certificate valid till 31st December 2020
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2020
f. Evidence of registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or Valid Certificate issued by BPP
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of federal Government College Omu-Aran or the Bureau of Public Procurement id a former or present Director, Shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in the bid are true and correct in all particulars.
h. Company’s Audited Accounts for the last three years (2017, 2018 & 2019)
i. Evidence of Financial capability to execute the project by submission Reference Letter from a reputable commercial bank in Nigeria indicating willingness to provide credit facility for the execution of the project when needed
j. Company’s Profile with The Curriculum Vitae of key Staff to be deployed for the project, including copies of their Academy Professional Qualification such as COREN, ARCON, OSRBN, CORBEN etc.
k. Verifiable documentary evidence of at least three(3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation/Job Completion Certificates and Photography of the projects
l. List of Plants/Equipments wit proof of Ownership/Lease (for works)
m. All documents for submission must be transmitted with a Covering letter under the Company’s Letter Head Paper duly signed by the authorized officer of the company. The Letter head paper must bear amongst others, the Registration Number (RC) as issued by the Corporates Directors Commission (CAC, Contact Address, Telephone Number (preferably GSM No.) , e-mail address and Names and Nationalities of the Director of the company at the bottom of the page

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NIGERIA ELECTRICITY LIABILITY MANAGEMENT LTD/GTE-

SALE OF FIRST BATCH OF DEFUNCT PHCN PROPERTIES (LONDON)

NIGERIA ELECTRICITY LIABILITY MANAGEMENT LTD/GTE
THE NATIONAL COUNCIL ON PRIVATIZATION (NCP) COMMITTEE ON THE SALE OF THE PHCN NON-CORE ASSETS SALE OF FIRST BATCH OF DEFUNCT PHCN PROPERTIES (LONDON)

1. INTRODUCTION
The Nigeria Electricity Liability Management Ltd/Gte (NELMCO), is a special purpose entry (SPE) created by the Federal Government of Nigeria and saddled with the responsibility of managing the Liabilities and Non-Core Assets of the defunct Power Holding Company of Nigeria(PHCN).

NELMCO in pursuant of her mandate have gotten the approval of the National Council on Privatization (NCP) to appoint sales agents and offer the under listed properties for sale to interested members of the public.

LOT 7
S/NLOT NOPROPERTY ADDRESSDESCRIPTION
17A1 Midmoor Road Wimbledon London SW3 194 JDTraditional 5 bedroom and 2 bathroom Detached family Home with sized Garden and Garbage
27B26 Cumbrian Gardens Cricklewood London NW21EFTraditional Extended 3 bedroom semidetached family home garage
37CFirst Floor United House Mayflower Court Mayflower London SE164JLTwo office suites on the first floor of an existing block
SALES AGENT CONTACT – + (44) 07801813440/ +234-8037054322

2. COLLECTION OF APPLICATION FORM:
Application Forms and other documents/information to participate in the process can be obtained upon payment of the application fee of £200.00 (Two Hundred Pounds) or its naira equivalent to the Remita Account of Nigeria Electricity Liability Management Ltd/GTE. Original copy of the Remita Receipt shall be presented to representatives of NELMCO or the Sales Agent, to collect the Application Form.

3. ELIGIBILITY REQUIREMENTS:
Sale of property is opened to interested individuals and corporate entities as follows:
i. Valid means of identification (National ID, Driver’s License, International Passport Data Page) for individuals and Directors of Corporate entities;
ii. Proof of financial capability and source of funding:

MICHAEL OTEDOLA COLLEGE OF PRIMARY EDUCATION, NOFORIJA-EPE-

GENERAL PROCUREMENT NOTICE (GPN) FOR YEAR 2019 TETFUND ANNUAL INTERVENTION 2019 R/SZ62

MICHAEL OTEDOLA COLLEGE OF PRIMARY
EDUCATION, NOFORIJA-EPE
GENERAL PROCUREMENT NOTICE (GPN) FOR YEAR 2019 TETFUND
ANNUAL INTERVENTION 2019 R/SZ62

The Michael Otedola College of Primary Education, Noforija, Epe hereby issues the General Procurement Notice to inform eligible Contractors, Suppliers, Vendors and the General Public that the College is to undertake the procurement of Works and Goods under the year 2019 Tetfund Annual Intervention 2019 R/SZ62.

Projects are in the following areas:

WORKS/GOODS

Lot 1 Construction of 3Nr Blocks of Student’s Lavatories Comprising 10N Toilets, 4Nr Urinals and 6Nr Wash Hand Basin per Block with Associated External Works
Lot 2 Construction and furnishing of Home Management Building Comprising 4Nr Bedroom, 1Nr Demonstration Kitchen 2 Lounge, 3Nr Toilets and Associated External Works.
Lot 3 Supply, Installation Testing and Commissioning of Computer Based Test Equipment Comprising 100Nr HP Desktop Computer All-in-One, Intel Core 13, 3.7 GHz, 4 GB RAM, ITB HOD, 19.5″ Monitor, Windows 10 or Equivalent, 2Nr Server, PE R470/Chasis 8×3.5/Xeon Silver, 4110/ 16GB/ 1X300GB/Rails/Bexel/No Optical Drive/Broadcom 5720 QP 1 GB/PERCH73011DRAC9 Exp/Redundant 750W or any Other Equivalent Provision of Networking Accessories for 100Nr Desktop Computers, 2Nr HP LaserJet Pro MFP M479fdw All-in-One Auto Duplex Colour Printer, and 2Nr HP Colour Laserjet CP 5225dn Printers.
Lot 4 Supply and Installation of Furniture for Academic Staff Offices Comprising 40Nr Office Table in Approved Colour, Laminated Medium Density Fibre Board (800x1800x750mm High] with a set of 3 Drawers, 40Nr Office Swivel Chair in Approved Colour with Synchronized Functions for Lumber Support and Comfort in Best Grade Fabric, and 80Nr Visitors Cantilever Chair in Approved Colour with Synchronized Functions for Lumber Support and Comfort in Good Grade Leather.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

FEDERAL SCIENCE AND TECHNICAL COLLEGE, YABA, LAGOS STATE-

INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL SCIENCE AND TECHNICAL COLLEGE, YABA, LAGOS STATE
INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

1.INTRODUCTION:
The Federal Government of Nigeria has allocated funds to the Federal Science and Technical College, Yaba, Lagos State In the 2020Appropriation Act for the procurement of Goods and Works towards achieving the mandate of the College.

In compliance with the provisions of the Public Procurement Act 2007, the College invites interested and eligible Vendors and Contractors with relevant proven competence and experience to participate in the bidding process of the following Projects:

L/N PROJECT TITLE
Lot W1 Renovation/ Expansion of College Clinic

CATEGORY B (GOODS)

L/N PROJECT TITLE
Lot G1 Purchase of Workshop Technical Equipment
Lot G2 Provision of Teaching & Learning Aids

3. ELIGIBILITY REQUIREMENTS
(a) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC1.1 or CAC2 and CAC7;
(b) Evidence of Company’s Incomes Tax Clearance Certificate for the last three (3) years (2017,2018 & 2019) valid till 31st December, 2020; with minimum average annual turnover of N20 million;
(c) Evidence of current Pension Compliance Certificate valid till 31stDecember, 2020;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020;
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2020;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP;
(g) Sworn Affidavit:
• That the company is not in receivership, insolvent or bankrupt;
• That the company does not have any Director who has ever been convicted in any court in Nigeria or any other country for criminal offence in relation to fraud or financial impropriety;
• disclosing whether or not any officer of the relevant committee of the Federal Science and Technical College, Yaba or the Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the bidder;
• That all documents submitted for the bidding are true and correct in all particulars
(h) Audited Financial Statement of the company for the past three years (2017,2018 and 2019) duly signed and sealed by relevant firm and the turnover as reflected in financial statements must correspond with that on the Tax Clearance Certificate;
(i) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project if awarded;
(j) Company’s Profile with the Curriculum vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSRBN, etc. for works;
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards Valuation/Job Completion Certificates and photographs of the projects;
(l) List of Equipmentwith proof of Ownership/Lease (where applicable);
(m) LotG1: LetterofAuthorisation as representative of the Original Equipment Manufacturers (OEMs);
(n) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR& Sworn Affidavit are compulsory foreach JV partner); and
(o) All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address and Telephone Number. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the firm.

4 COLLECTION OF TENDER DOCUMENTS
The tender documents are to be collected from the Office of the Vice Principal Special Duties, FSTC, Yaba between the working hours of08:00am and 04:00pm daily upon the payment of non-refundable tender fee of N10,000.00 per Lot to Federal Science and Technical College, Yaba, Lagos State through REMITA platform in any reputable Commercial Bank in Nigeria, and present the teller for the College’s receipt.

5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for each of the lot desired, two Hard copies (Marked ‘Original & Copy”) each for both Technical & Financial Bids with soft copy of Financial bid only in MS excel format, packaged in two separated wax sealed envelopes clearly marked at the top right corner of each envelope stating the title of the project i.e. TECHNICAL BIDS FOR project Title and LOT No.’ & ‘FINANCIAL BIDS FOR Project Title and LOT No.” and at the reverse side the name of the company should be boldly written. Both envelopes shall then be put in a larger envelope clearly marked at the top right corner stating the title of the project and be left in the appropriate Tender Box at the Vice Principal Special Duties office to be addressed to:
The Principal,
Federal Science and Technical College, Yaba, Lagos State

The submission should be made not later than 12:00 noon on Monday 26 October, 2020. Please make sure you sign Bid Submission Register at Vice Principal Special Duties office as Federal Science and Technical College, Yaba will not be held responsible for misplaced or wrongly submitted Bids.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

FEDERAL SCIENCE AND TECHNICAL COLLEGE, OTUKPO, BENUE STATE-

INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL SCIENCE AND TECHNICAL COLLEGE, OTUKPO, BENUE STATE
INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

1. INTRODUCTION
The Federal Government of Nigeria has allocated funds to Federal Science and Technical College, Otukpo, Benue State in the 2020 Appropriation Act, for the execution of policies, programmes and projects towards achieving the mandate of the College. Accordingly, the College wishes to invite reputable contractors with relevant proven competence experience to submit tenders for the execution of the following projects:

2. SCOPE OF WORKS

LOT NO PROJECT TITLE LOCATION         
W 1 Renovation of Two (2) Nos. Blocks of six (6) Classrooms FSTC;OTUKPO BENUE STATE
W2 Provisions and Installation of Solar Energy Into: Classrooms, College Clinic, Dining Hall, Boys & Girls’ Hostels and Old Administrative Block. FSTC; OTUKPO BENUE STATE

3. ELIGIBILITY REQUIREMENTS
(i) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including form CAC2 and CAC7 (or CAC1.1 as applicable);
(ii) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (2017, 2018 & 2019) valid till 31st December, 2020; with minimum average annual turnover of N20 million;
(iii) Evidence of current Pension Compliance Certificate valid till 31st December, 2020;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020;
(v) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2020;
(vi) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP;
(vii) Sworn Affidavit:
• Disclosing whether or not any officer of the relevant committees of the Federal Science and Technical College, Kafanchan, Kaduna State or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm.
• That all information presented in the bid are true and correct in all particulars;
(viii) Company’s Audited Accounts for the last three (3) years -2017,2018,2019;
(ix) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
(x) Company’s profile with the curriculum vitae of key staff to be deployed for the project including copies of their Academic/professional qualifications COREN, OSRBN, ARCON, and CORBQN.
(xi) Evidence of financial capability to execute the project by submission of reference letter from a reputable Commercial Bank indicating willingness to provide credit facility for the execution of the project when needed.
(xii) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of Awards, valuation certificates, completion certificate and photographs of the projects List of plants/equipment with proof of ownership/lease
(xiii) All documents for submission must be transmitted with a covering/forwarding letter under the company/firm’s letter head paper bearing among others the Registration Number (RC) as issued by the corporate Affairs Commission (CAC), contact address, telephone number (preferably GSM no.) and e-mail address, the letter headed paper must bear the names and nationalities of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED-

TENDER OPPORTUNITY: MANAGEMENT OF SUPPLY BASE (EAST & WEST)

THE SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED
TENDER OPPORTUNITY: MANAGEMENT OF SUPPLY BASE (EAST & WEST)
TENDER REF: CW437629; NIPEX TENDER NO. 1000004809

1. INTRODUCTION
SHELL hereby announces to interested and pre-qualified companies an upcoming tendering opportunity for the Management of Supply Bases for SPDC in Kidney Island Port Harcourt & IA-Ogunu Warri. The proposed contracts are estimated to tentatively commence in Q1 of 2021 and remain active for Three (3) Years duration, followed by one (1) year extension option.

Please visit the Nigerian Petroleum Exchange Portal www.nipex-ng.com for further details.

2. OVERVIEW/SCOPE OF WORK
The specific Management of Supply Bases activities to be executed by the contractor include provision of, but not limited to

Base Management
• Good receipts and good inward inspection;
• Inventory Management, material put away, storage, preservation, picking, Issue, picking, bulk breaking, dispatch and delivery
• Administration services including manual updates, SAP updates, record management, marine operations management etc. These services required will cover the following warehouse locations: PH Kidney Island base, PH Industrial Area, Bonny, Soku and Gbaran Ubie for the East, while the West operations includes-Ogunu Industrial Area & Forcados Oil Terminal
• Vessel operations, scheduling and mooring – briefing and debriefing vessel owners on operations and safety.
• Journey Management and vessel fracking.
• Jetty Management- Provide sole means of embarkation and disembarkation of vessels, safe berth to vessels by ensuring jetty is free from permanent obstruction.
• Security of materials stored in the warehouse including stock accuracy
• Overall Base Management including HSE, security, IT etc.,
• Manage existing GMOU between SPDC and Host Communities and be responsible for managing the community relations with the host communities to ensure freedom to operate

Cargo Handling
• Materials handling
• Transfer within base
• Discharge and loading of vessels
• Racking and stacking of pipes
• Loading and unloading trucks
• Stuffing and un stuffing of containers
• cargo haulage services outside the base

Facility Management
• Provision and management of office accommodation, warehousing facilities and stacking areas.
• Upgrade and Maintenance of existing infrastructures of the supply base
• Administration and Maintenance of stocking areas, warehouses, offices and other infrastructures
• Cleaning of warehouse, materials in storage and jetty area
• Mooring of barges & tugs alongside jetty
• Roll-on-roll-off (RORO) services
• Assistance to vessels, crafts, barges & tugs
• Supply of fresh water

Miscellaneous Services
• Marine Agency and statutory payments including conservancy, pilotage, clearance with authorities, provision of transpire and other NPA charges, and other lawful charges as may be required
• Management of Nigeria Ports Authority (NPA) appointed Stevedoring companies operations within Supply base.
• Reimbursable for supply of materials – dunnages, tarpaulins, wood etc.

Equipment and Personnel
• Provision of dedicated equipment and personnel – Forklifts, Petty bone, Trucks, Lowbeds, Self-loader, Stake side, Tractors, pickup, Cranes and various categories of personnel.

3. MANDATORY REQUIREMENTS
1. To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Product/Service Category 3.08.12. Supply Base/Warehouse/Storage Services Cat A-D in the Nipex Joint Qualification System (JQS) database. Only successfully pre-qualified suppliers in this category will receive a Technical & Commercial Invitation to Tender (ITT).
2. To determine if you are pre-qualified and view product/service category you are listed for, open www.nipex-ng.com and access NJQS with your login details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.
3. you are not listed in a product/service category you are registered with DPR to do business, contact Nipex office at 8, Bayo Kuku Street, Ikoyi, Lagos with your DPR certificate of evidence for necessary update.
4. To initiate the JQS prequalification process, access www.nipex-ng.com to download the application form, make payments and contact Nipex office for further action. 5. To be eligible, all tensors must comply with the Nigerian Content Requirements in the NipeX system.

Other Mandatory requirements:
1. Current relevant Department of Petroleum Resources (DPR| Permit in the following category 1.3.20 – Marine Support Services
2. Registration as employer of Dock Labour by Nigerian Maritime Administration and Safety Agency (NIMASA)
3. Registration as a Service Boot Operator by the Nigeria Ports Authority (NPA)
4. Minimum material handling equipment requirement include but not limited to 30 tons Crane, 50 tons Crane x 1no., 120 tons Crane x 1 no., 4 tons forklift x 1 no., Pipehandler x 1no., Trucks with 40ft Trailers x 5 nos, Pickup Trucks x 2nos.
5. Evidence that all personnel provided to carry out work assignments have the relevant certifications e.g. Lifting & Hoisting

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

OYO STATE UNIVERSAL BASIC EDUCATION BOARD-

EXTENSION OF BID OPENING DATE 2019 FGN-UBEC/OYO SUBEB INTERVENTION PROJECTS

OYO STATE GOVERNMENT
OYO STATE UNIVERSAL BASIC EDUCATION BOARD
(OYO SUBEB)
P. M. 8. 5150, SECRETARIAT, IBADAN
E-mail: oyosubebprs@gmail.com
EXTENSION OF BID OPENING DATE
2019 FGN-UBEC/OYO SUBEB INTERVENTION PROJECTS

The Oyo State Universal Education Board (OYO SUBEB) hereby wishes to inform all vendors who have tendered or are intending to tender for 2019 FGN-UBEC/OYO SUBEB Intervention Projects for various infrastructure facilities to be provided in Public Primary and Junior Secondary Schools, that the Bid Opening Exercise formerly extended to Thursday, 17th September 2020, is hereby rescheduled to hold on Thursday, 8th October 2020, at the premises of OYO SUBEB, Agodi, Ibadan. This extension becomes necessary due to low patronage and the need to ensure that the process is highly competitive.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us