Background Image

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 login 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 login to view the rest of the content. Please . Not a Member? Join Us

KWARA STATE UNIVERSITY, (KWASU) MALETE-

INVITATION FOR EXPRESSION OF INTEREST FOR THE PROCUREMENT OF INFORMATION AND COMMUNICATION TECHNOLOGY SUPPORT UNDER 2016 – 2017 – 2018 (MERGED) TETFUND INTERVENTIONS ON ICT SUPPORT

KWARA STATE UNIVERSITY, (KWASU) MALETE
P.M.B 1530, ILORIN
INVITATION FOR EXPRESSION OF INTEREST FOR THE PROCUREMENT OF INFORMATION AND COMMUNICATION TECHNOLOGY SUPPORT UNDER 2016 – 2017 – 2018 (MERGED) TETFUND INTERVENTIONS ON ICT SUPPORT

1. INTRODUCTION
1.1 Kwara State University will use the intervention for updating and expanding its present website efficiency so as to allow for increased access to needed resources by staff and students for teaching, learning, research and community development activities and to meet National Universities Commission (NUC) resource visitation, accreditation and re-accreditation requirements. The Kwara State University, therefore, invites interested, competent, and reputable contractors/suppliers to tender for the under listed projects.

2. SCOPE OF SUPPLY
2.1 The scope of Works /Supply is as follows:
LOT 1: Website Remodeling and Restructuring
LOT 2: International Computer DRIVING Licenses Training

3. ELIGIBILITY REQUIREMENTS
(a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7. Business Name is also acceptable.
(b) Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners) for the last three (3) years valid till 31st December, 2020;
(c) Evidence of current Pension Compliance Certificate valid till 31st December, 2020;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 st December, 2020;
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 st 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 the Kwara State University, Malete, Kwara 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 its bid are true and correct in all particulars;
(h) Company’s Audited Accounts for the last three (3) years -2017,2018,2019;
(i) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial/deposit money 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 Academic/Professional qualifications.
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards and evidence of Memorandum of Understanding with clients /institutions;
(l) Evidence of registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
(m) The Computer Training is to be facilitated by a QUALIFIED AND CERTIFED ICDL EXPERT /TRAINER with copy of credential submitted along with the company profile.
(n) 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, Telephone Number (preferably GSM No.), and e-mail address. 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 authorised officer of the firm.

4. SUBMISSION OF EXPRESSION OF INTEREST

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

ACCIDENT INVESTIGATION BUREAU (AIB) HEADQUARTERS-

INVITATION TO TENDER FOR WORKS AND SERVICES

FEDERAL REPUBLIC OF NIGERIA ACCIDENT INVESTIGATION BUREAU (AIB) HEADQUARTERS,
ACCIDENT INVESTIGATION BUREAU (AIB) HEADQUARTERS,
NNAMDI AZIKIWE INTERNATIONAL AIRPORT, ABUJA
INVITATION TO TENDER

1. INTRODUCTION
The Accident Investigation Bureau (AIB) hereby express its intention to use part of its Federal Budget Allocation and Internally Generated Revenue to fund the under-listed jobs. In line with the above and the Public Procurement Act, 2007, the Bureau wishes to invite qualified and experienced Contractors to Tender for the job;

2.  SCOPE OF THE WORK
Lot 1: Provision of Security Services for all AIB Offices
Lot 2: Purchase of Hi-Tech Unmanned Area Vehicle with Camera, Training, and Support
Lot 3: Procurement and Equipping of Accident Investigation Mobile Sites Office

3. TENDER REQUIREMENTS
Bidders are expected to possess the following minimum qualification criteria:
(i) Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
(ii) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31 December, 2020;
(iii) Evidence of current Pension Compliance Certificate valid till 31 December 2020
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2020;
(v) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 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 December, 2020 or valid Certificate issued by BPP
(vii) Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Accident Investigation Bureau 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 its bid are true and correct in all particulars;
(viii) Company’s Audited Accounts for the last three 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 qualification;
(xi) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of award, Valuation/Job Completion Certificate and photograph of the projects;
(xii) Evidence of Registration with Nigeria Security and Civil Defense Corp (NSCDC) (LOT 1)
(xiii) Evidence of Original Equipment Manufacturer (OEM)/ Dealership (LOT 2) and (LOT 3)
(xiv) All Document 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, Telephone, Telephone Number (preferably GSM no.), and e-mail address, The Letter Head Paper must bear the Names and Nationalities of the Director of the Company at the bottom of the pages, duly signed by the authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS
All interested bidders are hereby requested to collect Standard Bidding Document (SBD) for the supply from the Office of the General Manager (Procurement), ground floor, Accident Investigation Bureau (AIB), Murtala Muhammed International Airport, Ikeja, Lagos, upon presentation of evidence of payment of non-refundable tender fee of N10,000.00 payable to Accident Investigation Bureau TSAAccount.

5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit a bid for the Lot, two (2) hard copies of each of the technical and financial bids with softcopy of financial bid only in Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger envelope addressed to the Commissioner, Ground Floor, Accident Investigation Bureau (AIB) Murtala Muhammed International Airport, Ikeja, Lagos and clearly marked with (the name of the project and the lot number), Furthermore, the reverse of each sealed envelopes should bear the name and address of the bidder and drop in the designated Tender Box not later than 12:00 noon on Monday, 26 October 2020.

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

FEDERAL GOVERNMENT COLLEGE KEFFI, NASARAWA STATE-

INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT COLLEGE KEFFI, NASARAWA STATE
INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

1. INTRODUCTION:
The Federal Government of Nigeria has allocated funds to the Federal Government College, Keffi, Nasarawa State in the 2020 Appropriation 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:

2. SCOPE OF WORKS/SUPPLIES

CATEGORY A (WORKS)

L/N PROJECT TITLE
Lot W1 Rehabilitation and Maintenance of Access Road
Lot W2 Construction of 1 No Block of Boys Hostel (Storey Building) for 500 Students
Lot W3 Expansion of Dining Hall

CATEGORY B (GOODS)

L/N PROJECT TITLE
Lot G1 Purchase of Photocopying Machines

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