Pre-Qualification of Contractors for Rehabilitation of Access Roads and Maintenance of Traces on 330kv Transmission Lines at Transmission Company of Nigeria (TCN)

Transmission Company of Nigeria (TCN)

Public Notice

 

Pre-Qualification of Contractors for Rehabilitation of Access Roads and Maintenance of Traces on 330kv Transmission Lines

 

Introduction

The Federal Government of Nigeria, through the Transmission Company of Nigeria (TCN), intends to rehabilitate access roads and carry out comprehensive clearing/maintenance of traces on the following 330kV transmission lines:

i.        Benin-Onitsha.

ii.       Onitsha-Alaoji.

iii.      Onitsha-New Haven.

iv.      Benin-Egbin-Ikeja West-Omotsho.

v.       Osogbo-Ikeja West.

vi.      Osogbo-Benin.

vii.     Osogbo – Ayede – Olurunsogo – Ikeja west

viii.    Egbin – Ikeja West – Sakate

ix.      Sapele – Benin

x.       Afam – Aloaji

 

The purpose of this exercise is to free the transmission lines of all vegetation infringement and also make them accessible to patrol vehicles. The use of mechanized tools and equipment will be required on the job.

 

Pre-Qualification Pre-Requisite

Interested companies are required to provide the following:

(1)    Copies of Certificates of Incorporation in Nigeria (Forms CO2 and CO7 must be attached) or overseas.

(2)    Company Profile.

(3)    Evidence of successful completion of at least one similar job (e.g., road construction, mechanized Right-of-way clearing/maintenance etc.) in the last five years and/or details of similar on-going projects. Final Taking Over Certificates/Certificates of Performance from clients are required.

(4)    Verifiable evidence of holding of mechanized tools and earth-moving equipment (bulldozers, graders etc.).

(5)    Joint Venture agreements (for joint ventures) signed by the chief executives of the JVs and duly notarized. The lead partners shall be the more technically experienced members with higher financial standing and, evidence of this must be clearly indicated.

The responsibilities of each partner must be clearly defined in the JV agreements which shall not change during the project execution.  Each member company must be severally and jointly liable under the JV agreements.

 

A firm can be partner in only ONE JV or consortium. Proposals submitted by JVs or consortia with the same firm as partner will be rejected. The lead partner a Joint Venture shall provide the Advanced Payment Guarantee and Performance Bond for the contract.

(6)    Evidence of local content plan (for companies registered outside Nigeria), including evidence of indigenous staff involvement in jobs done in Nigeria and company’s facilities in Nigeria for execution of services.

(7)    Certified audited accounts along with the corresponding 3years Tax Clearance Certificates which shall be verified and the originals sighted on demand.

(8)    Any other relevant information which may assist in enhancing the profiles of the applicants.

 

Important Information

(1)    TCN will verify claims by companies, including office locations and equipment. Applicants should therefore include in their submissions necessary authority and guarantee for such verification.

(2)    Only technically pre-qualified contractors will be invited to submit financial proposals.

(3)    Contractors  with  litigation  history/petitions with  PHCN,  PMU  or  NIPP will  not  be  pre- qualified.

(4)    No company or JV can win more than one of the transmission lines jobs.

(5)    The ore-qualification is general and not for any specific line. When pre-qualified, applicants can bid for lines of their choice.

(6)    Failure to provide information or supporting document that is essential for the evaluation of applicant’s qualifications or to provide timely clarification or substantiation of the information supplied may result in disqualification of the applicant.

 

 

Submission of Proposals

One original copy plus a soft copy of applicants’ proposals are to be submitted. The names and mailing addresses of applicant companies must be clearly marked on the envelope bearing the proposals. All information required for the pre-qualification exercise must be provided by applicants in English language

 

 

Completed pre-qualification documents should be submitted in sealed envelopes clearly marked “PRE-QUALIFICATION FOR TRANSMISSION LINE ACCESS ROADS REHABILITATION AND TRACE MAINTENANCE” and delivered by hand or registered mail, not later than 5.00 P.M. ON TUESDAY

8th JANUARY, 2013 TO:

 

The General Manager (Procurement) TCN,

5th Floor, Room 522 or 2nd Floor Room 230,

Power Holding Company of Nigeria Plc,

Corporate Headquarters,

Plot 441 Zambezi Crescent,

Maitama, Abuja.

 

 

Opening of Proposals

Submitted proposals will be opened at 10.00 a.m., Wednesday 9th January, 2013 in the Conference Room, 2nd floor, PHCN Headquarters, Plot 441, Zambezi Crescent, Maitama, Abuja.

 

For further information and/or clarification, please contact the following E-mails:

 

solaakinniranye@yahoo.com,

atonack@yahoo.co.uk,

engrtouwah@yahoo.com.

 

Signed:

Management

Transmission Company of Nigeria.

Invitation to Pre-qualification and Tender at Rivers State House of Assembly

Rivers State House of Assembly

 

Public Notice

Invitation to Pre-qualification and Tender

 

Introduction:

The Rivers House of Assembly, in furtherance of the visionary leadership of the Rivers State Government through provision of sustainable infrastructures and facilities for the benefit of the state, hereby invites reputable contractors to tender for the Construction of New Official Residence for the Right Honorable Speaker of the Rivers State House of Assembly in Port Harcourt.

 

2.0.    2012 Capital Project             

Construction of New Official Residence for the Rt. Hon. Speaker of the Rivers State House of Assembly

 

Reference No:

RVHA/DPC/NSR/001

 

3.0        Prequalification Criteria:

Compulsory and mandatory criteria:

i)                   Evidence of Registration with Corporate Affairs Commission (CAC)

ii)                Include CAC registration form CO2 and CO7 containing list of Directors and Shareholders

iii)              Evidence of tax Clearance Certificate for the last three (3) years (2009-2011)

iv)              Company Audited Account in the last three (3) years (2009-2011)

v)                 A sworn affidavit that all documents submitted are genuine and verifiable

vi)              A sworn affidavit that none of its Directors has been convicted in any country for any criminal offence, including fraud or financial impropriety.

vii)           Refundable bid security of 2% of bid sum in bank certified draft must accompany bid documents.

viii)         A sworn affidavit indicating whether any current officer of the Rivers State Government is a former or present director, shareholder or has any pecuniary interest in the company.

ix)              Evidence of compliance with Part III, section 14 (6) of the Rivers State Public Procurement Law (2008),

 

4.0:      Other Criteria

(i)      List and sources of equipment

(ii)     Indication of Technical and Administrative staff strength, with academic/professional qualifications and Curriculum Vitae of key personnel available for the project.

(iii)    Evidence of relevant and verifiable experience of similar jobs in Nigeria over the last 5 years stating cost, location and duration of execution,

(iv)    Evidence of payment of Value Added Tax

(v)     Evidence of Social Responsibility In terms endowments, sports, etc.

(vi)    Reference letter from contractor’s bank

(vii)   Submission of two (2) copies of company profile.

 

 

 

5.0:   Collection Of Tender Documents:

Tender documents will be available for collection within the hours of 10:00am to 3:00pm, from 17th December, 2012 to 4th of January, 2013, with a N300, 000,00 (Three Hundred Thousand Naira only) non-refundable tender processing fee payable by a bank draft/certified cheque of teller to the Rivers State House of Assembly, Skye Bank Agip Road Branch, Port Harcourt (Account No. 1770401432, Sort Code 076211399).

 

 

6.0:   Submission of Tender:

All submissions for Prequalification and Tender should be in a sealed envelope and identified with the project reference number at the top hand corner and marked “Pre-Qualification and Tender for RVHA/DPC/NSR/001 and delivered by hand or courier service to reach the address stated below not later than the date below;

The Secretary,

Due Process Unit

Ground Floor, Room 049,

Assembly office Complex, Moscow Road, PH.

 

7.0;   Closing Date;

Completed Tender Documents should be submitted to the above address on or before 12:00 noon, 31st January, 2013.

 

 

8.0: Opening Of Bids:

All bids will be opened on Thursday, 31st January, 2013, by 4.00pm, at Committee Room 3, Ground Floor, Assembly office Complex.

 

 

 

Note:

i)                   Only successful tenders shall be contacted.

ii)                The Rivers State House of Assembly is not bound to accept the lowest tender

iii)              Tenders submitted after the closing date and time will not be accepted.

 

Signed

Sir Emmanuel A Ogele, (JP),

Clerk of the House.

Invitation to Pre-qualification and Tender at Rivers State House of Assembly

Rivers State House of Assembly

 

Public Notice

Invitation to Pre-qualification and Tender

 

Introduction:

The Rivers House of Assembly, in furtherance of the visionary leadership of the Rivers State Government through provision of sustainable infrastructures and facilities for the benefit of the state, hereby invites reputable contractors to tender for the Construction of Ancillary Structures at the Rivers State House of Assembly Legislators’ Quarters in Port Harcourt.

 

 

2.0:   2012 Capital Project Reference No: Lot 2 (RVHA/DPC//401)

 

Scope;

1.       Club House

2.       Sports Bar

3.       Aides/Security Personnel Residence

4.       Security Access Control Building

5.       External Works

 

 

3.0:       Pre-Qualification Criteria:

Compulsory and mandatory criteria:

i)                   Evidence of Registration with Corporate Affairs Commission (CAC)

ii)                Include CAC registration form CO2 and CO7 containing list of Directors and Shareholders

iii)              Evidence of tax Clearance Certificate for the last three (3) years (2009-2011)

iv)              Company Audited Account in the last three (3) years (2009-2011)

v)                A sworn affidavit that all documents submitted are genuine and verifiable

vi)              A sworn affidavit that none of its Directors has been convicted in an country for any criminal offence, including fraud or financial impropriety,

vii)           Refundable bid security of 2% bid sum in bank certified draft must accompany bid documents.

viii)         A sworn affidavit indicating whether any current officer of the Rivers State Government is a former or present director, shareholder or has pecuniary interest in the company.

ix)              Evidence of compliance with Part III, section 14 (6) of the Rivers State Public Procurement Law (2008)

 

4:0:      Other Criteria

i)                   List and sources of equipment

ii)                Indication  of Technical and Administrative staff strength with academic/professional qualifications and Curriculum Vitae of key personnel available for the project.

iii)              Evidence of relevant and verifiable experience on similar jobs in Nigeria over the last 5 years stating cost, location and duration of execution

iv)              Evidence of payment of Value Added Tax

v)                Evidence    of Social Responsibility in terms endowments, sports, etc,

vi)              Reference letter from contractor’s bank

vii)           Submission of two (2) company of company profile.

 

5.0:   Collection of Tender Documents:

Tender documents will be available for collection within the hours of 10:00am to 3.00pm. from 17th December, 2012 to 4th of January, 2013, with a N300.000.00 (Three Hundred Thousand Naira only) non-refundable tender processing fee payable by a bank draft/certified cheque or teller to the Rivers State House of Assembly, Skye Bank Agip Road Branch, Port Harcourt (Account No. 1770401432, Sort Code 076211399).

 

 

6.0:   Submission of Tender:

All submissions for Prequalification and Tender should be in a sealed envelope and identified with the project reference number at the top hand corner and marked Pre-qualification and Tender for Lot 2 (RVHA/DPC/401)” and delivered by hand or courier service to reach the address state below not later than the date below:

The Secretary

Due Process Unit,

Ground Floor, Room 049,

Assembly Office Complex, Moscow Road, PH.

 

7.0;   Closing Date;

Completed Tender Documents should be submitted to the above address on or before 12:00 noon, 31st January, 2013.

 

 

8.0: Opening Of Bids:

All bids will be opened on Thursday, 31st January, 2013, by 4.00pm, at Committee Room 3, Ground Floor, Assembly office Complex.

 

 

 

Note:

i)                   Only successful tenders shall be contacted.

ii)                The Rivers State House of Assembly is not bound to accept the lowest tender

iii)              Tenders submitted after the closing date and time will not be accepted.

 

Signed

Sir Emmanuel A Ogele, (JP),

Clerk of the House

 

Advertisement for Request for Quotation (RFQ), Improvement of Water Supply to GRA Birnin Kebbi at State Water Board

Kebbi State Government

State Water Board Birnin Kebbi

 

Advertisement for Request for Quotation (RFQ), Improvement of Water Supply to GRA Birnin Kebbi

 

S/N

 

PROJECT CONTRACT NAME
1.

 

Improvement of water supply to GRA Birnin Kebbi KBS BST/MOWR/125/2012

 

 

 

 

2.    Scope of Works

The scope of works for the project shall include the following: –

(i)                Drilling of 2 (Two) Nos, 200mm diameter Boreholes capable of operating 15Hp submersible pump.

(ii)             Construction of 135,000 liters steel welded over head tank on 10meters tower.

(iii)           Provision of gravity and rising main from boreholes to over head tanks.

(iv)           Construction of 10,000 liters steel welded over head tank on 10 meters tower

(v)             Supply and installation of 100KVA perkins generating set (England) with all accessories etc.

(vi)           Excavate, supply, laying of 150mm, 100mm, UPVC and API pipes and Backfilling-8,991 meters.

(vii)        Direct connection from borehole to the nearest distribution main only registered companies currently resident in the state and currently executing similar project are invited to submit their quotation.

 

Qualification of Firms Responding to the (RFQ)

Water engineering firms, representative of manufacturers of water materials etc in presenting quotation must show clear evidence of:-

a)       Payment of cooperate taxes, PAYE, VAT etc.

b)      Tenders Board Registration Certificate

c)       Letters of confirming by applicant’s Bankers on having financial capacity to execute the contract.

d)      Certificate of incorporate for companies/consulting firms.

e)       Memorandum and Articles of Association

f)       Registration with professional/Regulatory Bodies as would be applicable.

g)       List of company/consulting firm’s personnel including qualification and year of experience in the field.

h)      List of the company/consulting firms machineries, equipment and instruments.

i)       List of previous works/services executed and evidence of performance.

 

 

4.       Deadline of Submission of Quotation

Water engineering firms, representatives of manufacturers of water materials etc are to submit their quotation for the project at 12noon on or before 14 December, 2012.

 

The ministry of water resources and rural development and general manager water board Kebbi State, Birnin Kebbi reserves the right to project any quotation that does not meet its requirement.

 

Signed: Engr. Mahmud A. Gwandu MNSE, MNIM

(Sarkin Rafin Misau)

General Manager (SWB)

For Honorable Commissioner

Invitation for Pre-Qualification and Tendering for the Reconstruction of Access Roads in the Nigerian Law School Headquarters, Bwari, Abuja at Council of Legal Education

Council of Legal Education

Nigerian Law School, Bwari-Abuja

 

Invitation for Pre-Qualification and Tendering for the Reconstruction of Access Roads in the Nigerian Law School Headquarters, Bwari, Abuja

 

The Council of Legal Education, Nigerian Law School intends to engage in the Reconstruction of Roads at the Headquarters, Bwari, Abuja.

 

Interested reputable Companies/Firms 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 the Corporate Affairs Commission

4.       Evidence of Financial Capacity- reference from a reputable bank.

5.       Evidence of fulfillment of all obligations to pay taxes, pension, ITF and social security contributions as applicable.

6.       Verifiable experience in works of similar nature and scope.

7.       List of Equipment.

8.       Tax Clearance Certificate for the immediate past 3 years.

9.       VAT Certificate where applicable.

10.     A Sworn Affidavit disclosing (1) Whether or not any officer of the relevant Committees of the Bureau of Public Procurement or the Council of Legal Education or the Nigerian Law School is a former or present Director, shareholder of the Company, or has any pecuniary interest in the bidder or bid. (2) No Director of the Company had been convicted for criminal offence (3) All information in the bid are correct in all respects to the best knowledge of the bidder.

11.     Any other documents/information to support application.

A copy of the Tender Documents can be obtained from the office of the Secretary,

Procurement Planning Committee, upon payment of N10, 000.00 only for Tender

Fee, by draft, drawn on Zenith Bank Plc to the Accounts Department of the

Nigerian Law School, Bwari. The Tender should be sealed and forwarded under

Confidential Cover, marked “Confidential” at the Top Left Corner of the envelope   and addressed to:

The Secretary,

Procurement Planning Committee,

Nigerian Law School Headquarters,

Bwari, PM.B. 170, Garki, Abuja.

 

To reach him not later than 24th January, 2013. All bids will be opened at 2.30 pm immediately after the closure of bidding on 24th January, 2013 in the Conference Room of the Nigerian Law School.

 

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 it 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

10th December, 2012